You are on page 1of 83

1

PART – A (for all component of work)


CENTRAL PUBLIC WORKS DEPARTMENT
PERCENTAGE RATE N. I. T.
: 19/MyCD/SE/e-tender/2022-23/Recall
N.I.T. No.
Name of Work : Providing pre-coated GI sheet roofing to 1 block of
Ty - I & 1 block of Ty- II, 2 blocks of Ty - III , 1 block of
Ty - IV, Guest house and 1 block of Ty - V including
flooring to common areas and external painting etc at
Central Excise quarters, Kankanady Mangalore.
Composite Estimated cost : Rs.1,17,25,012/-

Earnest Money : Rs. 2,34,500/-

Performance Guarantee : 3% of bid value

Security Deposit : 2.5% of bid value

Time Allowed : 10 (Ten) Months

Certified that this NIT contains 01 to 91 pages only.

Chief Estimator

This NIT for work amounting to Rs. 1,17,25,012/- (Rupees One Crore Seventeen
Lakh Twenty Five Thousand and Twelve only) is hereby approved.

APPROVED

Superintending Engineer
CPWD, Mysore

*** To be filled by EE

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
2

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e- TENDERING


FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEB SITE

(Applicable for inviting open bids)

The Executive Engineer (C), CPWD, Mysore, Nirman Bhavan, T. Narasipura Road,
Siddharthanagar, Mysore (Telephone No: 0821-2473649, Fax No. 0821-2470601) and
Email ID: (eecpwdmysore@gmail.com) on behalf of President of India invites online
Percentage rate bids from approved and eligible contractors of CPWD of appropriate
class and category for the following work:
Last date & Time &
Sl NIT Estimated cost put Period of time of date of
Name of work & Location
No No. to bid Earnest Money completion submission opening
of bid of bid
1 2 3 4 5 6 7 8
1 Providing pre-coated
19/MyCD/SE/e-tender/2022-23/Recall

GI sheet roofing to 1
block of Ty - I & 1 block

At 4.00 PM on 30.11.2022
of Ty- II, 2 blocks of Ty

Up to 3.30 PM on
- III , 1 block of Ty - IV,

30.11.2022
guest house and 1
block of Ty - V Rs.1,17,25,012 Rs.2,34,500/- 10
/-
including flooring to months
common areas and
external painting etc at
Central Excise
quarters, Kankanady
Mangalore.

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of
all the documents required.

2. Information and instructions for bidders posted on website shall form part of bid
document.

3. The bid document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents can be seen and
downloaded from website https://etender.cpwd.gov.in or www.cpwd.gov.in free of
cost.

4. But the bid can only be submitted after deposition of original EMD either in the office
of Executive Engineer inviting bids or division office of any Executive Engineer,
CPWD within the period of bid submission and uploading the mandatory scanned
documents such as Insurance Surety Bonds, Account Payee Demand draft or
Bankers Cheque or Fixed Deposit Receipts or/ and Bank Guarantee (for balance
amount as prescribed) from any of the Commercial Bank towards EMD in favour of
Executive Engineer as mentioned in NIT, receipt for deposition of original EMD to
division office of any Executive Engineer (including NIT issuing EE/ AE), CPWD and
other documents as specified.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
3

5. Those contractors who are not registered or have not updated their profile on the
website mentioned above, are required to get registered/ update their profile
beforehand. The necessary training materials including the videos with step to step
process are available on downloaded section of https://etender.cpwd.gov.in
6. The intending bidder must have valid class-III digital signature certificate with
encryption key (combo type) to perform any operations/ transactions on the e-
tendering portal/ website and the bidder should download and install the eMsigner
on their system as per instructions available on download section of
https://etender.cpwd.gov.in.
7. The contractor can deposit original EMD either in the office of Executive Engineer
inviting bids or division office of any Executive Engineer, CPWD within the period of
bid submission. The contractor shall obtain the receipt of EMD from the concerned
Executive Engineer (including NIT issuing EE/AE) in the prescribed format uploaded
by NIT issuing Executive Engineer.

8. The Bid Document as uploaded can be viewed and downloaded free of cost by any
one including intending bidder. But the bid can only be submitted after uploading the
mandatory scanned documents such as Insurance Surety Bonds, Account Payee
Demand draft or Bankers Cheque or Fixed Deposit Receipts Bank Guarantee
from any of the Commercial Bank towards EMD in favour of Executive Engineer as
mentioned in NIT, copy of receipt of original EMD and other documents specified in
the press notice.

While submitting the EMD the bidders should ensure that any
insertion/addition/deletion in the FDR/TDR issued by the bank should be
properly authenticated/ stamped by the issuing bank. In the absence of which
the EMD shall not be considered in proper form and bid of the bidder shall be
rejected by the Engineer-in-charge.

9. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.
10. Contractor can upload documents in the form of JPG format and PDF format.

11. Contractor must ensure to quote the percentage rate in figures and words at
appropriate place at which he is willing to execute the work. The column meant for
quoting rate appears in yellow colour and the moment rate is entered, it turns sky
blue. In addition to this, while selecting any of the cells a warning appears that if any
cell is left blank the same shall be treated as “0” (ZERO). However, if a bidder
quotes nil rates, the bid shall be treated as invalid and he will not be considered as
lowest bidder.
12. Contractor should quote the percentage above or below at par ECPT to two places
of decimal only.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
4

13. The intending bidders are required to update their profile in CPWD e-tender portal
and to upload their bids well in advance of last date of submission of tender. Any
issue related to updating profile/ uploading tender can be resolved through the
concerned Executive Engineer/Assistant Engineer, CPWD, Mysore, Nirman Bhavan,
T. Narasipura Road, Siddharthanagar, Mysore (Telephone No: 0821-2473649, Fax No.
0821-2470601) and Email ID: (eecpwdmysore@gmail.com) or ERP help line No.
18001803286 or e-mail id cpwd.support@techmahindra.com. The e-tendering
bidders are also advised not to wait to raise any issues till the last date of
submission of bid in their own interest.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
5

14. List of Documents to be scanned and uploaded by bidder within the period of
bid submission:

i) Insurance Surety Bonds, Demand Draft/ Account Payee Banker's Cheque / FDR/
Bank Guarantee of any commercial Bank against EMD in favour of
Executive Engineer (C), CPWD, Mysore.

ii) Copy of Receipt for deposition of original EMD issued from any Division
office of CPWD where bidder deposited EMD. (Format of deposition receipt
should be as per Annexure-I of this section)

iii) Enlistment Order of the Contractor of CPWD in appropriate Category and


valid on the date of opening of tender.

iv) GST registration certificate, if already obtained by the bidder.

OR

lf the bidder has not obtained GST registration as applicable, then he shall
scan and upload following undertaking along with bid documents.

“lf work is awarded to me, l/we shall obtain GST registration certificate, as
applicable, within one month from the date of receipt of award letter or
before release of any Payment by CPWD, whichever is earlier, failing
which l/we shall be responsible for any delay in payments which will be
due towards me/us on account of the work executed and/or for any action
taken by CPWD or GST department in this regard"

Executive Engineer (C)


CPWD, Mysore
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
MYSORE CENTRAL DIVISION
No. 69(1)/MCD/2022-23/ Dated: .
Copy to: -
1. The Commissioner, Central Excise, Kankanady, Mangalore.
2. The Chief Engineer, Bangalore Zone, CPWD, Bangalore.
3. The Superintending Engineer, MCC, CPWD, Mysore for information.
4. The Executive Engineer, MCD/ HCD- Division, CPWD, Mysore/ Hubli for giving wide publicity
5. The Executive Engineer, MCDI, & MCDII CPWD, Mysore for giving wide publicity.
6. The Executive Engineer (Elec), MCED, CPWD, Mysore for giving wide publicity
7. The Assistant Engineer, MCSD-I, MCSD-II, under MCD, CPWD, Mysore
8. AAO/ Cashier (2 Copies)/ AB/ PB/CB/Notice Board of MCD, CPWD, Mysore

Executive Engineer (C)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
6

15. List of Documents to be submitted after acceptance:

1. Licenses/ Registrations or proof of applying for labour licenses, registration with


EPFO, ESIC & BOCW Welfare Board

2. Program Chart (Time and Progress)

3. Undertaking regarding warrantee and technical support.

4. Water Proofing Guarantee Bond

Executive Engineer (C),


CPWD, Mysore

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
7

Annexure-I

Receipt of Deposition of Original EMD

Receipt No.: Date :


1. Name of Work: Providing pre-coated GI sheet roofing to 1 block of Ty - I & 1 block
of Ty- II, 2 blocks of Ty - III , 1 block of Ty - IV, Guest house and
1 block of Ty - V including flooring to common areas and external
painting etc at Central Excise quarters, Kankanady Mangalore.

2. NIT No. : 19/MyCD/SE/e-tender/2022-23/Recall


3. Estimated Cost : Total: Rs. 1,17,25,012/-

4. Amount of Earnest Money Deposit : Rs. 2,34,500/-


5. Last date of submission of bid : 30/11/2022
(**To be filled by Tender inviting authority/NIT approving authority at the time of issue of NIT and
uploaded along with NIT)
…………………………………………………………………………………………
1. Name of Contractor : ………………#……………………………

2. Form of EMD :….……………#……………………………

3. Amount of Earnest Money Deposit :………………#…………………………

4. Date of submission of EMD :………………#…………………………

Signature, Name and Designation of


EMD receiving officer along with Office stamp
(# To be filled by EMD receiving EE/DDH)

Note :
1. The Executive Engineer of all divisions including NIT issuing division / sub-division of
CPWD should receive the original EMD for tender of other division.
2. The NIT approving authority / EE at the time of issue of NIT shall also fill and upload the
above prescribed format of receipt of deposition of original EMD along with NIT.
3. The Executive Engineer receiving EMD in original form shall examine the EMD
deposited by the bidder and shall issue a receipt of deposition of earnest money to the
Contractor in a given format uploaded by tender inviting EE. The receipt may also be
issued by any subordinate gazetted authority as authorized by the EE/Engineer in
Charge/DDH.
4. The Executive Engineer receiving original EMD shall also intimate tender inviting
Executive Engineer above deposition of EMD by the Contractor by
email/fax/telephonically.
5. The original EMD receiving Executive Engineer shall release the EMD to unsuccessful
bidders after the expiry of stipulated bid validity period or immediately after acceptance
of successful bidder, whichever is earlier, after verification from the e-tendering portal
website (https://etender.cpwd.gov.in>closed tender>all) that the particular contractor is
not L-1 tenderer and work is awarded.
6. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.
*** To be filled by EE

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
8

CPWD-6 FOR E- TENDERING

1. Percentage rate bids are invited on behalf of President of India from CPWD enlisted
contractors of appropriate class and category in single bid system for the Work of:
Providing pre-coated GI sheet roofing to 1 block of Ty - I & 1 block of Ty- II, 2 blocks of
Ty - III , 1 block of Ty - IV, Guest house and 1 block of Ty - V including flooring to
common areas and external painting etc at Central Excise quarters, Kankanady
Mangalore.

The enlistment of the contractors should be valid on the last date of submission
of bids. In case the last date of submission of bid is extended, the enlistment of
contractor should be valid on the original date of submission of bids.

1.1 The work is estimated to cost Total: Rs. 1,17,25,012/-. This estimate, however,
is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to
the major discipline will consolidate NITs for calling the bids. He will also
nominate Division which will deal with all matters relating to the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to bid,
should clearly indicate the estimated cost of each component separately. The
eligibility of bidders will correspond to the combined estimated cost of different
components put to bid.
2. Agreement shall be drawn with the successful bidders on prescribed Form No.
CPWD 7 (or other Standard Form as mentioned) which is available as a Govt. of
India Publication and also available on website www.cpwd.gov.in. Bidders shall
quote his rates (inclusive of GST and 1% labour welfare cess) as per various
terms and conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 10 (Ten) months from the date
of start as defined in schedule ‘F’ or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid
documents.
4. The site for the work is available.
5. The architectural and structural drawings shall be made available in phased manner, as
per requirement of the same as per approved programme of completion submitted by the
contractor after award of work. The bid document consisting of plans, specifications, the
schedule of quantities of various types of items to be executed and the set of terms and
conditions of the contract to be complied with and other necessary documents except
Standard General Conditions of Contract Form can be seen on website
https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost. The standard
publications like General Conditions of Contract, Delhi Schedule of Rates 2021 (Civil),
Specifications 2019 Vol I & II for (Civil) and Delhi Analysis of Rates 2021 (Civil) with
amendments / correction slips issued up to the previous day of the last date of
submission of bid can be seen free of cost from website www.cpwd.gov.in.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
9

6. Those contractors who are not registered or have not updated their profile on the
website mentioned above, are required to get registered/ update their profile
beforehand. The necessary training materials including the videos with step to
step process are available on downloaded section of https://etender.cpwd.gov.in.

7. The intending bidder must have valid class-III digital signature certificate with
encryption key (combo type) to perform any operations/ transactions on the e-
tendering portal/ website and the bidder should download and install the
eMsigner on their system as per instructions available on download section of
https://etender.cpwd.gov.in.

8. After submission of the bid the contractor can re-submit revised bid any number of times
but before last time and date of submission of bid as notified.

9. While submitting the revised bid, contractor can revise the rate of one or more item(s)
any number of times (he need not re-enter rate of all the items) but before last time and
date of submission of bid as notified.

10. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft,
Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (for balance amount as
prescribed) from any commercial Bank (drawn in favour of
Executive Engineer (C), CPWD, Mysore) shall be scanned and uploaded to the
e-Tendering website within the period of bid submission. The original EMD
should be deposited either in the office of Executive Engineer inviting bids or
division office of any Executive Engineer, CPWD within the period of bid
submission. The EMD receiving Executive Engineer (including NIT issuing
EE/AE) shall issue a receipt of deposition of earnest money deposit to the bidder
in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.

A part of earnest money is acceptable in the form of bank guarantee also. In such
case, minimum 50% of earnest money or Rs. 20 lakhs, whichever is less, shall
have to be deposited in shape prescribed above, and balance may be deposited
in shape of Bank Guarantee of any scheduled bank having validity for 90 days or
more from the last date of receipt of bids which is to be scanned and uploaded by
the intending bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be
refunded immediately after the expiry of stipulated bid validity period or
immediately after acceptance of the successful bidder, whichever is earlier.
However, in case of two/ three bid system, earnest money deposit of bidders
unsuccessful during technical bid evaluation etc. should be returned within 30
days of declaration of result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents
as specified in the press notice shall be scanned and uploaded to the
e-Tendering website within the period of bid submission. However, certified copy
of all the scanned and uploaded documents as specified in press notice shall
have to be submitted by the lowest bidder only along with physical EMD of the
scanned copy of EMD uploaded within a week physically in the office of tender

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
10

opening authority. Online bid documents submitted by intending bidders shall be


opened only of those bidders, whose original EMD deposited with any division of
CPWD and other documents scanned and uploaded are found in order.
11. The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:

(i) The bidder is found ineligible.


(ii) The bidder does not upload scanned copies of all the documents stipulated
in the bid document.
(iii) If any discrepancy is noticed between the documents as uploaded at the
time of submission of bid and hard copies as submitted physically by the
lowest bidder in the office of bid opening authority.
(iv) If a tenderer does not quote any percentage above/below on the total
amount of the tender or any section / sub head in percentage rate tender,
the tender shall be treated as invalid and will not be considered as lowest
tenderer.

12. The contractor whose bid is accepted will be required to furnish performance
guarantee at specified percentage of the tendered amount as mentioned in
schedule E and within the period specified in Schedule F. This guarantee shall be
in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed
Deposit Receipt or Bank Guarantee from any of the Commercial Banks in
accordance with the prescribed form.. In case the contractor fails to deposit the
said performance guarantee within the period as indicated in Schedule 'F',
including the extended period if any, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor.
The earnest money deposited along with bid shall be returned after receiving the
aforesaid performance guarantee. The contractor whose bid is accepted will also
be required to furnish either copy of applicable licenses/ registrations or proof of
applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW
Welfare Board including Provident Fund Code No. If applicable and also ensure
the compliance of aforesaid provisions by the subcontractors, if any engaged by
the contractor for the said work within the period specified in Schedule F.

13. The description of the work is as follows:

Providing pre-coated GI sheet roofing to 1 block of Ty - I & 1 block of Ty- II,


2 blocks of Ty - III , 1 block of Ty - IV, Guest house and 1 block of Ty - V
including flooring to common areas and external painting etc at Central Excise
quarters, Kankanady Mangalore.
Intending Bidders are advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their bids as to the nature
of the ground and sub-soil (so far as is practicable), the form and nature of the
site, the means of access to the site, the accommodation they may require and in
general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A
bidder shall be deemed to have full knowledge of the site whether he inspects it
or not and no extra charge consequent on any misunderstanding or otherwise

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
11

shall be allowed. The bidders shall be responsible for arranging and maintaining
at his own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by a
bidders implies that he has read this notice and all other contract documents and
has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to
him by the Government and local conditions and other factors having a bearing
on the execution of the work.

14. The competent authority on behalf of the President of India does not bind itself to accept
the lowest or any other bid and reserves to itself the authority to reject any or all the bids
received without the assignment of any reason. All bids in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth by
the bidders shall be summarily rejected.

15. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited
and the bids submitted by the contractors who resort to canvassing will be liable for
rejection.

16. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the
same at the rate quoted.

17. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in
case of contractors of Horticulture/Nursery category) responsible for award and
execution of contracts, in which his near relative is posted a Divisional Accountant or as
an officer in any capacity between the grades of Superintending Engineer and Junior
Engineer (both inclusive). He shall also intimate the names of persons who are working
with him in any capacity or are subsequently employed by him and who are near
relatives to any gazetted officer in the Central Public Works Department or in the Ministry
of Urban Development. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractors of this Department.

18. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or


Administrative duties in an Engineering Department of the Government of India is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in writing.
This contract is liable to be cancelled if either the contractor or any of his employees is
found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the
contractor’s service.

19. The bid for the works shall remain open for acceptance for period of (30) days from the
date of opening of bids. Further,

(i) If any tenderer withdraws his tender or makes any modification in the
terms and conditions of the tender which is not acceptable to the
department within 7 days after last date of submission of bids, then

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
12

the Government shall without prejudice to any other right or remedy, be at


liberty to forfeit 50% of the earnest money absolutely irrespective of letter
of acceptance for the work is issued or not.

(ii) If any tenderer withdraws his tender or makes any modification in the
terms and conditions of the tender which is not acceptable to the
department after expiry of 7 days after last date of submission of bids,
then the Government shall without prejudice to any right or remedy, be at
liberty to forfeit 100% of the earnest money absolutely irrespective of
letter of acceptance for the work is issued or not.

(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii)
above, the bidders shall not be allowed to participate in the rebidding
process of the same work.

20. This notice inviting Bid shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15
days from the stipulated date of start of the work, sign the contract consisting of:

(a) The Notice Inviting Bid, all the documents including additional
conditions, specifications and drawings, if any, forming part of the bid
as uploaded at the time of invitation of bid and the rates quoted
online at the time of submission of bid and acceptance thereof
together with any correspondence leading thereto.
(b) Standard CPWD Form 7.
22. The bid document will include following three components:

Part A: CPWD-6, CPWD-7 including schedule A to F. Standard General Conditions of


Contract for CPWD 2020 for Maintenance works as amended/modified up to
the last date of submission of the bid.
Part B: General/Special conditions, particular specifications (Civil component).
General/specific conditions, specifications.
Part C: Schedule of quantities applicable for the work, proforma for quoting the rates

22.1.1 The bidders must associate himself, with agencies as per NIT conditions

22.1.2 The eligible bidders shall quote rates for all items of major component as well
as for all items of minor components of work.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
13

22.1.3 After acceptance of the bid by competent authority, the EE in charge of the
work shall issue letter of award on behalf of the President of India. After the
work is awarded, the main contractor will have to enter into one agreement
with EE in charge of the work.

22.1.4 Security Deposit will be worked out corresponding to the estimated cost of the
works.

22.1.5 The main contractor has to associate agencies for specialized component(s)
conforming to eligibility criteria as defined in the bid document and has to
submit detail of such agency(s) to Engineer-in-charge of relevant
component(s). Within prescribed time. Name of the agency(s) to be associated
shall be approved by Engineer-in-charge of relevant component(s).

22.1.6 In case the main contractor intends to change any of the above
agency/agencies during the operation of the contract, he shall obtain prior
approval of Engineer-in-charge of relevant specialized component(s).

The new agency/agencies shall also have to satisfy the laid down eligibility
criteria. In case Engineer-in-charge is not satisfied with the performance of any
agency, he can direct the contractor to change the agency executing such
items of work and this shall be binding on the contractor.

22.1.7 The main contractor has to enter into MoU with agency(s) associated by him.
Copy of such MOU shall be submitted to EE/ DDH in charge of each relevant
component as well as to EE in charge of major component. In case of change
of associate contractor, the main agency(s) has to enter into MoU /agreement
with the new contractor.

23. The intending bidders are required to update their profile in CPWD e-tender
portal and to upload their bids well in advance of last date of submission of
tender. Any issue related to updating profile/ uploading tender can be
resolved through the concerned Executive Engineer/Assistant Engineer ,
CPWD, Mysore, Nirman Bhavan, T. Narasipura Road, Siddharthanagar,
Mysore (Telephone No: 0821-2473649, Fax No. 0821-2470601) and Email
ID: (eecpwdmysore@gmail.com) or ERP help line no. 18001803286 or e-mail
id cpwd.support@techmahindra.com. The e-tendering bidders are also
advised not to wait to raise any issues till the last date of submission of bid in
their own interest

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
14

GUIDELINES REGARDING SIGNING OF INTEGRITY PACT BY THE BIDDER AT


THE TIME OF SUBMISSION OF BID

Sub: Clarification regarding Introduction of Integrity Pact introduced vide OM


No. CON 255 dated 23.05.2011

A new provision of Integrity Pact (IP) was introduced in GCC-2014. I t is


mentioned that at the time of submission of bid, it shall be mandatory to sign
the pact by the bidder failing which the bidder will stand disqualified from the
tendering process and such bid would be summarily rejected.

Some field units have raised their doubts regarding submission of duly signed
Integrity Pact by the bidder at the time of submission of bid. In this regard it is
clarified that:-

1. Submission of duly signed Integrity Pact by the bidder is applicable in case of


manual tendering where e-tendering is not followed.

2. In case of manual tendering Executive Engineer should sign the first page
addressed to the intending bidder at the time of issue of tender form and before
submission of the bid, each bidder shall sign IP at respective places and submit
the bid. If duly signed IP is not submitted by the bidder, such bid shall not be
considered.

3. In case of e-tendering, Integrity Pact shall be treated in the same manner as


other components of the bid document. In e-tendering, the intending bidder does
not sign any document physically and entire bid document is submitted
through digital signature. Since IP is a part of bid document no separate physical
submission is required with other documents to be submitted in the office of
tender opening authority. In addition to other component of bid document, the
Integrity Pact shall also be signed between Executive Engineer and successful
bidder after acceptance of bid.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
15

INTEGRITY AGREEMENT PACT TO BE SIGNED BY THE EXECUTIVE ENGINEER

To

………………………….
………………………….
………………………….

Sub : NIT No: 19/MyCD/SE/e-tender/2022-23/Recall for the work: Providing pre-


coated GI sheet roofing to 1 block of Ty - I & 1 block of Ty- II, 2 blocks of Ty - III , 1
block of Ty - IV, Guest house and 1 block of Ty - V including flooring to common areas
and external painting etc at Central Excise quarters, Kankanady Mangalore.

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of


transparency, equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.

This declaration shall from part and parcel of the Integrity Agreement and signing
of the same shall be deemed as acceptance and signing of the Integrity Agreement on
behalf of the CPWD.

Yours faithfully

Executive Engineer (C)


CPWD, Mysore

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
16

INTEGRITY AGREEMENT PACT TO BE SIGNED BY THE BIDDER

To
The Executive Engineer (C),
CPWD, Mysore,
Nirman Bhavan,
T. Narasipura Road,
Siddharthanagar, Mysore-570011

Sub : Providing pre-coated GI sheet roofing to 1 block of Ty - I & 1 block of Ty- II,
2 blocks of Ty - III , 1 block of Ty - IV, Guest house and 1 block of Ty - V
including flooring to common areas and external painting etc at Central Excise
quarters, Kankanady Mangalore.

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as


enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on
the condition that I/We will sign the enclosed integrity Agreement, which is and integral
part of tender documents, failing which I/We will stand disqualified from the tendering
process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED
AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter
and spirit and further agree that execution of the said Integrity Agreement shall be
separate and distinct from the main contract, which will come into existence when
tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of
the Integrity Agreement, which shall be in the line with Article I of the enclosed Integrity
Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the
Integrity Agreement, while submitting the tender/bid, CPWD shall have unqualified,
absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is
accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
17

To be signed by the bidder and same signatory competent / authorized to sign the
relevant contract on behalf of CPWD.

INTEGRITY PACT

(Integrity Pact is applicable for all works of estimated cost put to tender equal to or more
than the threshold value given in Schedule-F)

This Integrity Pact is made at ....... on this ....... day of ...... 20 ....

BETWEEN
President of India represented by the Engineer-in-Charge (hereinafter referred to as the
Principal, which expression shall unless repugnant to the meaning or context hereof include
its successors and permitted assignees)
AND

(Name and address of the bidder)


(Hereinafter referred to as the Bidder/Contractor and which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted
assignees)
Preamble

WHEREAS the Principal has floated the tender (NIT No.19/MyCD/SE/e-tender/2022-


23/Recall) (hereinafter referred to as the Tender) and intends to award, under
laid down organizational procedure, contract for (Name of work) : Providing pre-
coated GI sheet roofing to 1 block of Ty - I & 1 block of Ty- II, 2 blocks of Ty - III , 1
block of Ty - IV, Guest house and 1 block of Ty - V including flooring to common areas
and external painting etc at Central Excise quarters, Kankanady Mangalore.
Herein after referred to as the Contract.

AND WHEREAS the Principal values full compliance with all relevant laws of the
land, rules, regulations, economic use of resources and of fairness/transparency in its
relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into
this Integrity Agreement (hereinafter referred to as Integrity Pact), the terms and conditions
of which shall also be read as integral part and parcel of the Tender/Bid documents and
Contract between the parties.
In order to achieve these goals, the Principal will appoint Independent External Monitors
(IEMs) who will monitor the tender process and the execution of the contract for
compliance with the principles mentioned hereunder.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the


parties hereby agree as follows and this Integrity Pact witnesses as under:

**** To be filled by Executive Engineer

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
18

ARTICLES
Article 1: Commitment of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:

(a) No employee of the Principal, personally or through any of his/her family


members, will in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
(b) The Principal will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal will, in particular, before and during the
Tender process, provide to all Bidder(s) the same information and will
not provide to any Bidder(s) confidential/additional information through
which the Bidder(s) could obtain an advantage in relation to the Tender
process or the Contract execution.
(c) The Principal shall endeavor to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.

(2) If the Principal obtains information on the conduct of any of its employees which
is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption
Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there
be a substantive suspicion in this regard, the Principal will inform the Chief
Vigilance Officer and in addition can also initiate disciplinary actions as per its
internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)


(1) It is required that each Bidder/Contractor (including their respective officers,
employees and agents) adhere to the highest ethical standards, and report to
the Government / Department all suspected acts of fraud or corruption or
Coercion or Collusion of which it has knowledge or becomes aware, during the
tendering process and throughout the negotiation or award of a contract.

(2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to


prevent corruption. He commits himself to observe the following principles during
his participation in the Tender process and during the Contract execution:
(a) The Bidder(s)/Contractor(s) will not, directly or through any other person
or firm, offer promise or give to any of the Principal employees involved
in the Tender process or execution of the Contract or to any third
person any material or other benefit which he/she is not legally entitled to,
in order to obtain in exchange any advantage of any kind whatsoever during
the Tender process or during the execution of the Contract.
(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding whether formal or informal.
This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission of bids or any other
actions to restrict competitiveness or to cartelize in the bidding process.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
19

(c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/ Contract(s) will not use improperly, (for the
purpose of competition or personal gain), or pass on to others, any
information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.
(d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and
addresses of agents/representatives in India, if any. Similarly,
Bidder(s)/Contractor(s) of Indian nationality shall disclose names and
addresses of foreign agents/representatives, if any. Either the Indian
agent on behalf of the foreign principal or the foreign principal directly
could bid in a tender but not both. Further, in cases where an agent
participates in a tender on behalf of one manufacturer, he shall not be
allowed to quote on behalf of another manufacturer along with the first
manufacturer in a subsequent/parallel tender for the same item.
(e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and
all payments he has made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the
award of the Contract.
(f) The Bidder(s) / Contractor(s) who have signed the Integrity Pact shall
not approach the courts while representing the matter to IEMs and
shall wait for their decision in the matter.
(3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.

(4) The Bidder(s)/Contractor(s) will not, directly or through any other person or
firm indulge in fraudulent practice, willful misrepresentation or omission of facts
or submission of fake/forged documents in order to induce public official to act
in reliance thereof, with the purpose of obtaining unjust advantage by or
causing damage to justified interest of others and/or to influence the
procurement process to the detriment of the Government interests.
(5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
use coercive practices (which shall include the act of obtaining something,
compelling an action or influencing a decision through intimidation, threat or the
use of force directly or indirectly, where potential or actual injury may befall upon
a person, his/ her reputation or property) to influence their participation in the
tendering process.

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal under law or the
contract or its established policies and laid down procedures, the Principal shall have
the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s)
and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal
absolute right:

(1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract


has committed a transgression through a violation of Article 2 above or in any
other form, such as to put his reliability or credibility in question, the Principal after

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
20

giving 14days notice to the contractor shall have powers to disqualify the
Bidder(s)/Contractor(s) from the Tender process or terminate/determine the
Contract, if already executed or exclude the Bidder/Contractor from future
contract award processes. The imposition and duration of the exclusion will
be determined by the severity of transgression and determined by the Principal.
Such exclusion may be forever or for a limited period as decided by the Principal.

(2) Forfeiture of Earnest Money Deposit/Performance Guarantee/Security Deposit: If the


Principal has disqualified the Bidder(s) from the Tender process prior to the
award of the Contract or terminated/determined the Contract or has accrued
the right to terminate/determine the Contract according to Article 3(1), the
Principal apart from exercising any legal rights that may have accrued to the
Principal, may in its considered opinion forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee and Security Deposit of the Bidder/Contractor.

(3) Criminal Liability: If the Principal obtains knowledge of conduct of a Bidder or


Contractor, or of an employee or a representative or an associate of a Bidder or
Contractor which constitutes corruption within the meaning of PC Act, or if the
Principal has substantive suspicion in this regard, the Principal will inform the
same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

(1) The Bidder declares that no previous transgressions occurred in the last 3(three)
years with any other Company in any country confirming to the anticorruption
approach or with Central Government or State Government or any other
Central/State Public Sector Enterprises in India that could justify his exclusion
from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the tender process or action can be taken for banning of business
dealings/holiday listing of the Bidder/Contractor as deemed fit by the Principal.
(3) If the Bidder/Contractor can prove that he has resorted/recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a


commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement by
any of its Subcontractors/sub-vendors.
(2) The Principal will enter into pacts on identical terms as this one with all
Bidders and Contractors.
(3) The Principal will disqualify Bidders who do not submit the duly signed
Integrity Pact between the Principal and the Bidder along with the Tender or
violate its provisions at any stage of the Tender process.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
21

Article 6- Duration of the Pact


This Integrity Pact begins when both the parties have legally signed it. It expires for
the Contractor 12 months after the completion of work under the contract or expiry
of defect liability period or last payment made under the contract, whichever is
later and for all other bidders, 6 months after the Contract has been awarded.

If any claim is made/lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this Integrity Pact as specified above,
unless it is discharged/determined by the ADG/SDG. CPWD concerned.

Article 7- Other Provisions


1. This Integrity Pact is subject to Indian Law, place of performance and
jurisdiction is the Headquarters of the Division of the Principal, who has
floated the tender.
2. Changes and supplements as well as termination notice need to be made
in writing.
3. If the Contractor is a partnership or a consortium, this Integrity Pact must be
signed by all the partners or by one or more partner holding power of attorney
signed by all partners and consortium members. In case of a Company, the
Integrity Pact must be signed by a representative duly authorized by board
resolution.
4. Should one or several provisions of this Integrity Pact turn out to be invalid;
the remainder of this Pact remains valid. In this case, the parties will strive to
come to an agreement to their original intensions.
5. Issues like Warranty/Guarantee etc. shall be outside the purview of IEMs.
6. It is agreed term and condition that any dispute or difference arising
between the parties with regard to the terms of this Integrity Pact, any
action taken by the Principal in accordance with this Integrity Pact or
interpretation thereof shall not be subject to arbitration.
7. In view of the nature of integrity pact, the Integrity Pact is irrevocable and
shall remain valid even if the main tender/contract is terminated till the
currency of the integrity pact.
8. If any complaint regarding violation of IF is received directly by the Principal
in respect of the contract, the same shall be referred to the IEM for
comments/recommendations.

Article 8 —Independent External Monitor (IEM)


(1) The Principal appoints competent and credible Independent External Monitor for
this Pact after approval by Central Vigilance Commission (Names and address
of IEMs are as mentioned in Schedule-F). The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply
with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties
and performs his/her functions neutrally and independently. The Monitor would
have access to all contract documents, whenever required. It will be obligatory
for him/her to treat the information and documents of the Bidders /
Contractors as confidential.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
22

(3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access
without restriction to all project documentation of the Principal including that
provided by the Contractor, The Contractor will also grant the IEM, upon
his/her request and demonstration of a valid interest, unrestricted and
unconditional access to their project documentation. The same is applicable to
sub- contractors.

(4) The IEM is under contractual obligation to treat the information and
documents of the Bidder{s}/Contractor(s)/ Sub-contractor(s) with
confidentiality. The IEM has also signed 'Non-Disclosure of Confidential
Information' and 'Absence of Conflict of Interest'. In case if any conflict of
interest arising at a later date, the IEM shall inform the Engineer-in-Charge
and rescue himself / herself from that case.
(5) As soon as the IEM notices, or believes to notice, a violation of this
agreement, he/she will so inform the Management of the Principal and request
the Management to discontinue or take corrective action, or to take other
relevant action. The 1EM can in this regard submit non- binding
recommendations. Beyond this, the IEM has no right to demand from the parties
that they act in a specific manner, refrain from action or tolerate action.
(6) The IEM will submit a written report to the SDG/ADG concerned within 8 to 10
weeks from the date of reference or intimation to him by the Principal and, should
the occasion arise, submit proposals for correcting problematic situations.
(7) If the IEM has reported to the ADG/SDG concerned, a substantiated suspicion of
an offence under relevant IPC/PC Act, and the ADG/SDG concerned has, within a
reasonable time not taken visible action to proceed against such offence or
reported it to the Chief Vigilance Officer. the IEM may also transmit this information
directly to the Central Vigilance Commissioner.
(8) The Principal will provide to the IEM sufficient information about all meetings among
the parties related to the project provided such meetings could have impact on
contractual relations between the Principal and the contractor The parties will
offer to the IEM the option to participate in such meetings.
(9) The word IEM or monitor would include both singular and plural.

Article 9- Legal and Prior Rights

All rights and remedies of the parties hereto shall be in addition to all the other
legal rights and remedies belonging to such parties under the Contract and/or law and the
same shall be deemed to be cumulative and not alternative to such legal rights and
remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact
will have precedence over the Tender/Contact documents with regard to any of the
provisions covered under this Integrity Pact.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
23

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at
the place and date first above mentioned in the presence of following witnesses:

(For and on behalf of Principal)

………………………………….

(For and on behalf of Bidder/Contractor)

WITNESSES:

1
(Signature, name and address)

(Signature, name and address)

Place: Dated:

Note: To be signed by the Bidder and the Engineer-in-Charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
24

On non-judicial stamp paper of minimum Rs.100


(Guarantee offered by Bank to CPWD in connection with the execution of contracts)
Form of Bank Guarantee for Earnest Money Deposit/ Performance Guarantee /
Security Deposit / Mobilization Advance

1. Whereas the Executive Engineer ………………………. (name of division) …………………,


CPWD on behalf of the President of India (hereinafter called “The Government”) has
invited bids under ……………………….(NIT number) ……… dated…..……for …………
(Name of work) …………….The Government has further agreed to accept an irrevocable
Bank Guarantee for Rs. …………. (Rupees ……………………………….. only) valid upto
……………….. (date)*………….. as Earnest Money Deposit from …………….(name and
address of contractor)……….(hereinafter called “the contractor”) for compliance of his
obligations in accordance with the terms and conditions of the said NIT.

OR**

Whereas the Executive Engineer ………………………. (name of division) …………………,


CPWD on behalf of the President of India (hereinafter called “The Government”) has
entered into an agreement bearing number ………………………. with ………………………
(name and address of the contractor) ……….. (hereinafter called “the Contractor”) for
execution of work………………… (name of work) ……………………………… The
Government has further agreed to accept an irrevocable Bank Guarantee for Rs.
…………. (Rupees ……………………………….. only) valid upto ……………….. (date)
………….. as Performance Guarantee / Security Deposit / Mobilization Advance from
the said Contractor for compliance of his obligations in accordance with the terms and
conditions of the agreement.

2. We, ……………………. (indicate the name of the bank) ……………………. (herein after
referred to as “the Bank”), hereby undertake to pay to the Government an amount not
exceeding Rs. ………………… (Rupees ………………………. only) on demand by the
Government within 10 days of the demand.

3. We, …………………. (indicate the name of the Bank) ………………….., do here by


undertake to pay the amount due and payable under this guarantee without any demur,
merely on a demand from the Government stating that the amount claimed is required to
meet the recoveries due or likely to be due from the said Contractor. Any such demand
made on the Bank shall be conclusive as regards the amount due and payable by the
Bank under this Guarantee. However, our liability under this guarantee shall be restricted
to an amount not exceeding Rs……………. (Rupees ………………….. only).

4. We,…………………….. (indicate the name of the Bank) ………………….., further


undertake to pay the Government any money so demanded notwithstanding any dispute
or disputes raised by the contractor in any suit or proceeding pending before any Court or
Tribunal, our liability under this Bank Guarantee being absolute and unequivocal. The
payment so made by us under this Bank Guarantee shall be a valid discharge of our
liability for payment there under and the Contractor shall have no claim against us for
making such payment.

5. We, ……………. (indicate the name of the Bank) ……………………, further agree that the
Government shall have the fullest liberty without our consent and without affecting in any

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
25

manner our obligation here under to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said Contractor from time to time or to
postpone for any time or from time to time any of the powers exercisable by the
Government against the said contractor and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by
reason of any such variation or extension being granted to the said Contractor or for any
forbearance, act of omission on the part of the Government or any indulgence by the
Government to the said Contractor or by any such matter or thing whatsoever which under
the law relating to sureties would, but for this provision, have effect of so relieving us.

6. We, …………………. (indicate the name of the Bank) …………………….., further agree
that the Government at its option shall be entitled to enforce this Guarantee against the
Bank as a principal debtor at the first instance without proceeding against the Contractor
and notwithstanding any security or other guarantee the Government may have in relation
to the Contractor’s liabilities.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or
the Contractor.

8. We, ………………………… (indicate the name of the Bank) ……………………, undertake


not to revoke this guarantee except with the consent of the Government in writing.

9. This Bank Guarantee shall be valid up to …………………… unless extended on demand


by the Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs. ……………….. (Rupees ………………. only) and unless a
claim in writing is lodged with us within the date of expiry or extended date of expiry of this
gurantee, all our liabilities under this guarantee shall stand discharged.
Date …………………..

Witnesses :

1. Signature …………… Authorized signatory

Name and address Name

Designation

Staff code No.

2. Signature ……………. Bank seal

Name and address

* Date to be worked out on the basis of validity period of 90 days where only financial bids are
invited and 180 days for two / three bid system from the date of submission of tender.
** In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee / security deposit / mobilization advance, as the
case may be.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
26

CPWD -7

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

Percentage Rate Tender & Contract for Works

(A) Tender for the work of: Providing pre-coated GI sheet roofing to 1 block of Ty - I & 1
block of Ty- II, 2 blocks of Ty - III , 1 block of Ty - IV, Guest house and 1 block of Ty - V
including flooring to common areas and external painting etc at Central Excise quarters,
Kankanady Mangalore.

(i) To be submitted / uploaded online by 15.30 hours on 30/11/2022 through website


https://etender.cpwd.gov.in.
(ii) To be opened online in the presence of tenderers who may be present at by
16.00 hours on 30/11/2022 in the office of Executive Engineer (C), CPWD, Mysore,
Nirman Bhavan, T. Narasipura Road, Siddharthanagar, Mysore-570011
.

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions,
Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate &
other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in
all respect with the specifications, designs, drawing and instructions in writing referred to
in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract
and with such materials as are provided for, by, and in respect of accordance with, such
conditions so far as applicable.

I/We agree to keep the tender open for Thirty (30) days from the due date of its opening
and not to make any modification in its terms and conditions.

A sum of Rs 2,34,500/- is hereby forwarded in receipt treasury challan/ deposit at call


receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a
scheduled bank/bank guarantee issued by a scheduled bank as earnest money. A copy
of earnest money in receipt Insurance surety bonds, Account Payee Demand
Draft, Fixed Deposit Receipt, Bankers Cheque or Bank guarantee from any
commercial banks is scanned and uploaded.

**** To be filled by Executive Engineer

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
27

If I/We, fail to furnish the prescribed performance guarantee within prescribed period.
I/We agree that the said President of India or his successors, in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money
absolutely. Further, if I/We fail to commence work as specified, I/We agree that
President of India or the successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said performance guarantee
absolutely. The said Performance Guarantee shall be guarantee to execute all the
works referred to in the tender documents upon the terms and conditions contained are
referred to those in excess of that limit at the rates to be determined in accordance with
the provision contained in clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of Earnest Money & Performance
Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering
process of the work.

I/We hereby declare that I/We shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information/derived there from to any person other than a person to whom
I/We am/are authorized to communicate the same or use the information in any manner
prejudicial to the safety of the State.

Dated:

Signature of Contractor
Postal Address

Witness:
Address :
Occupation :

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
28

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of Rs.
………………………*……..…….. (Rupees ……………*…………
……………………………………………………………………………………………………)

The letters referred to below shall form part of this contract agreement:-

(a) *

(b) *

(c) *

For & on behalf of the President of India

Dated: * Signature …*……………

Designation *…………….

*To be filled by the Executive Engineer

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
29

PROFORMA OF SCHEDULES
(MAJOR(CIVIL) COMPONENTS OF WORK)

SCHEDULE ‘A’
Schedule of quantities:
(i) Schedule of quantities (Civil) Page No. 84 - 91
(ii) Schedule of quantities (Electrical) Page No. 158-160
(ii) Tender Schedule for quoting Page No. 91
8
SCHEDULE ‘D’
Extra schedule for specific requirements/ documents for the work, if any – As per NIT

SCHEDULE ‘E'
Reference to General Conditions of Contract (GCC-2020 Maintenance works) with
amendments issued upto the last date of submission of bid including extension if any.

Name of work: Providing pre-coated GI sheet roofing to 1 block of Ty - I & 1 block of Ty-
II, 2 blocks of Ty - III , 1 block of Ty - IV, Guest house and 1 block of Ty - V including
flooring to common areas and external painting etc at Central Excise quarters,
Kankanady Mangalore.

Estimated cost of work: Total: Rs. 1,17,25,012/-.

(i) Earnest money : Rs. 2,34,500/- (to be returned after receiving PG)

(ii) Performance Guarantee : 3% of tendered value

(iii) Security Deposit : 2.5% of tendered value


OR
2.5% of composite tendered value plus 50% of
PG for Contracts involving maintenance of the
building and services/ other works after
construction of same building and services /
Other works

SCHEDULE 'F'
GENERAL RULES & DIRECTIONS Officer Executive Engineer (C)
inviting tender CPWD, Mysore or successor thereof

2(v) Definitions: Executive Engineer (C)


Engineer-in-Charge CPWD, Mysore or his successor thereof

2(viii) Accepting Authority Superintending Engineer, CPWD, Mysore or


his successor thereof

2(x) Percentage on cost of materials and 15%


Labour to cover all overheads and
profits

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
30

(xi) Standard Schedule of Rates Delhi Schedule of Rates 2021 with


(i) Civil works correction slips issued upto date of
online receipt of tender and Market
rates.

2(xii) Department
9(ii) Standard CPWD Contract Form CPWD Form 7 & GCC 2020
Maintenance works modified &
corrected upto the last date of
submission of bid
Clause 1
(i) Time allowed for submission of Performance 7(Seven) days
Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying
thereof from the date of issue of letter of
acceptance
(ii) Maximum allowable extension with late fee 3( Three) days
@0.1% per day of performance
Guarantee amount beyond the period
provided in (i) above
Clause 2
Authority for fixing compensation under Superintending Engineer, CPWD
clause 2 Mysore or as notified from time to time

Clause 5
Authority to decide

i) Extension of time ………. : EE (C), CPWD, Mysore or successor


thereof
ii) Rescheduling of mile stone ……… : Superintending Engineer, CPWD,
Mysore or successor thereof
iii) Shifting of date of start in case of delay in : Superintending Engineer, CPWD,
handing over of site ………. Mysore or successor thereof
Number of days from the date of issue of : 10 days
letter acceptance for reckoning date of
start
PROFORMA OF SCHEDULES (Clause 5)
Schedule of handing over of site
Part Portion of site Description Time period for handing over reckoned
from date of issue of letter of intent
Part A Portion without any hindrance 100% of site
Part B Portions with encumbrances --- ---
Part C Portions dependent on work --- ---
of other agencies

**** To be filled by Executive Engineer

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
31

Clause 5.2
Documentation 1. The contractor has to first register himself through a registration form, available on
of Hindrances CPWD website under ‘Contractors Login’ tab. After registration, User ID and
password will be automatically generated and sent on his registered mobile and
email ID. Using this User ID and Password he can access the module and view all
the works which are being carried out by him in CPWD and he can register the
hindrance against any particular work. After recording the hindrance by the
contractor, it will be visible to all concerned officers (JE and above) of that work.
An alert through text message and email will be sent to EE (Either physical
hindrance register or electronic way).
2. Executive Engineer will first assign the work to the JEs/AEs who will give their
comments on the hindrance within 2 days. After that Executive Engineer of the
work will have to take appropriate action on the hindrance within 2 days. The
comments of JEs/AEs will not be visible to contractor, only the decision of the
Executive Engineer on the hindrance will be visible to contractor under “Decision
of the Engineer-in-charge”.

Clause 5.4: Schedule of rate of recovery for delay in submission of the modified
programme in terms of delay days
SI. Recovery
Contract Value
No. Rs / Per day
I. Less than or equal to Rs. 1 crore 500
II. More than Rs. 1 Crore but less than or equal to Rs. 5 Crore 1000
III. More than Rs. 5 Crore but less than or equal to Rs. 20 Crores 2500
IV. More than Rs. 20 Crores 5000

Table of Mile stones for civil works:


Time Amount to be with-
Description of Milestone (Physical) allowed in held in case of non
Sl.
(All floor levels are with reference to lower months achievement of each
No
most Ground level) (from date of the mile stone (%
of start) of tendered amount)
th
1 Completion of 1/5 of the agreement work. 3 Months 1%

th
2 Completion of 2/5 of the agreement work. 5 Months 1%

th
3 Completion of 3/5 of the agreement work. 7 Months 1%
th
4 Completion of 4/5 of the agreement work. 9 Months 1%
5 Completion of entire work including handing over to 10 Months 1%
client department.

Withheld amount shall be released if and when subsequent milestone is achieved within
respective time specified. The main contractor will ensure that electrical components of the work
are executed in time without giving any chance for slippage of milestone an account of delay in
execution of associated electrical works by him. However, in case milestones are not achieved by
the contractor for the work, the amount shown against milestone shall be withheld by the Engineer-
In-Charge of the respective components.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
32

Note: Intending tenderer may submit phasing of activities / milestones on the basis of their
resources and methodology at the time of tendering corresponding to physical milestones /
stages indicated in the above table. These shall be formed part of the agreement after
approval of the accepting authority.

Time allowed for execution of work 10 (Ten) months.

Clause 7
Gross work to be done together with net payment 11 lakhs
/adjustment of advances for material collected, if any,
since the last such payment for being eligible to interim
payment.
Clause 7A
Whether Clause 7A shall be Applicable : Yes

Clause 7B
Whether clause 7B as per DG/CON/310 dtd 17.07.2020 : Yes applicable
shall be applicable
Payment to third part shall be
paid after prior written approval of
the Superintending Engineer,
CPWD, Mysore
Clause 8 A
Authority to decide compensation on account if contractor fail to submit completion plans

Sl. Description Limit of sum liable to Authority to levy the


No. be paid by the sum
contractor
1 For Non submission of Liable to pay a sum of The Superintending
Completion Plans by the 0.1% of tendered value Engineer, CPWD, Mysore.
Contractor within 30 days of
completion of work

Clause 10A
List of testing equipment to be provided : List of equipments for field testing
by the contractor at site lab Laboratory as per site requirement.

Clause 10B(ii)
Whether Clause 10B (ii) shall be applicable : Not Applicable
Clause 10C
Whether 10C shall be applicable : Yes Applicable
Component of labour expressed as percent : 25%
of value of work

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
33

Clause 10CA : Applicable

Nearest Materials (other than


cement, reinforcement bars Base Price in Rs. (exclusive
Sl. Material covered under this
and the structural steel) for of GST) of all Materials
No. clause
which All India Wholesale covered under clause 10 CA*
Price Index to be followed
1 Cement
1.1 Ordinary Portland Cement
(OPC) 43 grade NA 6,094/- October 2022
1.2 Portland Pozolana Cement 5,674/-
43 grade NA October 2022
2 Steel for Reinforcement bars
(TMT Fe 500 & Fe 500 D) NA 54,759/- October 2022
3 Structural Steel (Tees,
angles, channels, RS joists) NA 62,300/- October 2022
*Includes Cement component used in RMC brought at site from outside approved RMC plants, if any.

Clause 10 (CC) : NOT APPLICABLE.

Clause 11

Specifications
to be CPWDSpecifications2019volume- I&II with
followed for corrections slips up to the last date of
execution of submission/uploading of tender
work

Clause 12
Type of work: Maintenance Work (The completion cost of maintenance work shall
not exceed two times of the contract amount)
Authority to Deviation upto 1.25 times of contract amount shall be approved by
decide Engineer-in-charge. Deviation beyond 1.25 times upto 1.50 times of
deviation contract amount shall be approved by SE/CE (as applicable) with
recorded reasons. In exceptional case, ADG/SDG (as applicable) shall
have power to approve the deviation beyond 1.5 times upto 2.0 times of
contract amount with recorded reasons and take suitable corrective
action.

12.2 & 12.3 Deviation limit beyond which clause


12.2 & 12.3 shall apply for building work. No limit.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
34

12.5
(i) Deviation limit beyond which clause 12.2 & 12.3 shall No limit.
apply for foundation work (except items mentioned in
Earth work sub head in DSR and related items)
(ii) Deviation limit for items mentioned in earth work No limit
subhead of DSR and related items.

Clause 16
Competent Authority for deciding Reduced rates : Superintending Engineer, CPWD,
Mysore or as notified from time to
time
Clause 18
List of mandatory machinery, tools & plants to be : As per site requirement.
deployed by the contractor at site

Clause 19
Authority to decide penalty for each default : EE (C), CPWD, Mysore or
Successor thereof

Clause 19D
Authority to decide penalty for each default : EE (C), CPWD, Mysore or
Successor thereof
Clause 19G
Authority to decide penalty for each default : EE (C), CPWD, Mysore or
Successor thereof
Clause 19K
Authority to decide penalty for each default : EE (C), CPWD, Mysore or
Successor thereof
Clause 25
I. Conciliator : The Additional Director General, RB, CPWD,
Bangalore
II. Arbitration Appointing Authority : The Superintending Engineer, CPWD,
Mysore
III. Place of Arbitration : Mysore, Karnataka

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
35

Clause 32
Requirement of Technical Representative(s) and recovery Rate

Rate at which
Designation
recovery shall be
Min. (Principal
Disci made from the
Sl Qualification of Technical/ Minimum No
p- contractor in the
No Technical Technical Experience .
line event of not fulfilling
Representative Representative)
provision of clause
32
1 Graduate Project manager 2 years Rs.15,000/- per month
Engineer cum planning / per person. (Rupees
or Civil Quality or 1 fifteen thousand per
Diploma /site/billing 5 years month per person)
Engineer Engineer respectively

Assistant Engineer retired from Government services that are holding Diploma will be treated at par with
Graduate Engineers. Diploma holder with minimum 10 year relevant experience with a reputed
construction co. can be treated at par with Graduate Engineers for the purpose of such
deployment subject to the condition that such diploma holders should not exceed 50% of
requirement of degree.

The contractor shall submit a certificate of employment of the technical representative(s) (in the form of
copy of Form -16 or CPF deduction issued to the Engineers employed by him) along with every account
bill/final bill and shall produce evidence if at any times so required by the Engineer-in-charge.

Clause 38

(i) (a) Schedule/statement for determining theoretical DSR 2021 with upto date
quantity of cement & bitumen on the basis of correction slips.
Delhi Schedule of Rates
(ii) Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put to tender more 2% (Two percent)
than Rs. 5 lakh. plus / minus.
Bitumen for all works 2.5% (Two point five percent)
plus only and nil on minus
(b) Steel Reinforcement and structural steel side. (Two percent) plus /
2%
sections for each diameter, section and minus
category
(c) All other materials Nil

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
36

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which


recovery shall be made from the
Contractor
Sl.
Description of Item Excess Less use
No.
beyond beyond permissible
permissible variation
variation (Exclusive of GST)
1. Ordinary Portland Cement OPC Nil Rs.6,094/ +10% per M.T
2. Portland Pozzolana Cement (PPC) Nil Rs.5,674/ +10% per M.T
3. Steel Reinforcement (TMT Fe-500 & Fe-500D Nil Rs.54,759/ +10% per M.T
from primary producer
4. Structural steel Nil Rs.62,300/ +10% per M.T

Provision of Independent External Monitors (IEMs) : Not applicable


(i) Threshold value (Estimated cost put to tender) at and above which provision of IEMs
for Integrity Pact would be applicable Rs. 300 crore

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
37

PART-B
CIVIL WORKS
Name of the Work: Providing pre-coated GI sheet roofing to 1 block of Ty - I & 1 block
of Ty- II, 2 blocks of Ty - III , 1 block of Ty - IV, Guest house and 1
block of Ty - V including flooring to common areas and external
painting etc at Central Excise quarters, Kankanady Mangalore.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
38

1.0 SPECIAL CONDITIONS

GENERAL

1.1 The contractor shall execute the whole work in the most substantial and workman
like manner in strict accordance with the specifications, approved design,
drawings, particular specifications, special conditions, additional conditions and
instructions of the Engineer-in-Charge.

1.2 Before tendering, the contractor shall inspect the site of work and shall fully
acquaint himself about the conditions prevailing at site, availability of materials,
availability of land and suitable location for construction of go-downs, stores and
camp, transport facilities, the extent of leads and lifts involved in execution of work.

1.3 The contractor shall at his own expense and risk arrange land for accommodation
of labour, setting up of office, storage of materials, erection of temporary
workshops, and construction of approach roads to the site of work, including land
required for carrying out of all jobs connected with the completion of the work.
However, the departmental land to the extent available may be allowed to be used
for these purposes free of rent without accepting any responsibility for the delay, if
any, on this account. The contractor shall have to abide by the regulations of the
authorities concerned and the directions of the Engineer-in-Charge for use of land
available at the site of work. If it becomes necessary during construction to remove
or shift the stored materials, shed, workshop, access roads, etc, to facilitate
execution of the work included in this agreement or any other work by any other
agency, the contractor shall remove or shift these facilities as directed by the
Engineer-in-Charge and no claim whatsoever shall be entertained on this account.
It shall be deemed that the contractor has satisfied himself as to the nature and
location of the work, transport facilities, availability of land for setting up of camp,
etc. The department will bear no responsibility for lack of such knowledge and the
consequences thereof.

1.4 The contractor shall have to make approaches to the site, if so required and keep
them in good condition for transportation of labour and materials as well as
inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this
account.

1.5 The contractor shall carry out true and proper setting out of the work in co-
ordination with the Engineer-in-Charge or his authorized representatives and shall
be responsible for the correctness of the positions, levels, dimensions and
alignments of all parts of the structure. If at any time during the progress of the
work any error appears or arises in the position, level, dimensions or alignment of
any part of the work, the contractor on being asked to do so by the Engineer-in-
Charge, shall rectify such error to the entire satisfaction of Engineer-in-charge. The
checking by the Engineer-in-Charge or his authorized representatives shall not
relieve the contractor of his responsibility for the correctness of any setting out of
any line or level. The contractor shall carefully protect and preserve all bench
marks, pegs and pillars provided for setting out of works.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
39

1.6 All setting out activities concerning establishment of bench marks, theodolite
stations, centre line pillars, etc. including all material, tools, plants, equipments,
theodolite and all other instruments, labour, etc. required for performing all the
functions necessary and ancillary thereto at the commencement of the work,
during the progress of the work and till the completion of the work shall be
carried out by the contractor and nothing extra shall be paid on this account.

1.7 The contractor shall at his own cost submit samples of all materials sufficiently
in advance and obtain approval of Engineer-in-Charge. The materials to be
used in actual execution of the work shall strictly conform to the quality of
samples approved by the Engineer-in-Charge and nothing extra shall be paid on
this account. The acceptance of any sample or material on inspection shall not
be a bar to its subsequent rejection, if found defective.

1.8 The contractor shall at his cost, make all arrangements and shall provide
necessary facilities as the Engineer-in-Charge may require for collecting,
preparing, packing, forwarding and transportation of the required number of
samples for tests and for analysis at such time and to such places as directed
by the Engineer-in-Charge. Nothing extra shall be paid for the above operations
including the cost of materials required for tests and analysis. All expenditure to
be incurred for testing of samples eg. Packaging, sealing, transportation,
loading, unloading etc including testing charges shall be borne by the
contractor.

1.9 The necessary tests shall be conducted in the laboratory approved by the
Engineer-in-Charge. The samples for carrying out all or any of the tests shall be
collected by the Engineer-in-charge or on his behalf by any other officer of
CPWD. The contractor or his authorized representative shall associate himself
in collection, preparation, packing and forwarding of such samples for the
prescribed tests and analysis. In case the contractor or his authorized
representative is not present or does not associate himself in the aforesaid
operation the results of such tests and consequences thereon shall be binding
on the contractor.

1.10 Materials used on work without prior inspection and testing (where testing is
necessary) and without approval of the Engineer-in-Charge are liable to be
considered unauthorized, defective and not acceptable. The Engineer-in-Charge
shall have full powers to require the removal of any or all of the materials
brought to site by contractor which are not in accordance with the contract
specifications or do not conform, in character or quality to the samples approved
by the Engineer-in-Charge. In case of default on the part of the contractor in
removing rejected materials, the Engineer-in-Charge shall be at liberty to have
them removed at the risk and cost of the contractor.

1.11 The contractor shall make his own arrangement of water required for execution
of work and get the water tested at his own cost with regard to its suitability for
use in the works and get written approval from the Engineer-in-Charge before
he proceeds with the use of same for execution of work.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
40

1.12 The work shall be carried out in such a manner so as not to interfere or
adversely affect or disturb other works being executed by other agencies, if any.

1.13 Any damage done by the contractor to any existing works or work being
executed by other agencies shall be made good by him at his own cost.

1.14 The work shall be carried out in the manner complying in all respects with the
requirement of relevant rules and regulations of the local bodies under the
jurisdiction of which the work is to be executed and nothing extra shall be paid
on this account.

1.15 For completing the work in time, the contractor may have to work in two or more
shifts and no claims whatsoever shall be entertained on this account,
notwithstanding the fact that the contractor will have to pay to the labourers and
other staff engaged directly or indirectly on the work according to the provisions
of the labour regulations and the agreement entered upon and/or extra amount
for any other reasons.

1.16 The contractor will have to make his own arrangement for obtaining electricity
connection from the State Electricity Board and make necessary payment
directly to the department concerned and/or install generators at the site of
work, if required and nothing extra whatsoever will be payable on this account.

1.17 The drawings for the work issued by the Engineer-in-Charge during execution of
work shall at all times be properly correlated before executing any work and no
claim whatsoever shall be entertained for discrepancies in the drawings.

1.18 The contractor shall maintain in good condition all work executed till the
completion of entire work entrusted to the contractor under this contract.

1.19 No payment shall be made to the contractor for damage caused by rain,
whatsoever during the execution of works and any damage to the work on this
account shall have to be made good by the contractor at his own cost.

1.20 The rates for all items of work, unless clearly specified otherwise, shall include
the cost of all labour, materials, de-watering required, if any, and other inputs
involved in the execution of the items.

1.21 Unless otherwise provided in the schedule of quantities, the percentage rates
tendered by the contractor shall be all inclusive and shall apply to all heights,
depths, leads and lifts, except for additional height in centring and shuttering
over a height of 3.5m.

1.22 No claim whatsoever for idle labour, additional establishments, costs of hire
and labour charges for tools and plants etc, would be entertained under any
circumstances.

1.23 For the safety of all labour directly or indirectly employed in the work the
contractors shall, in addition to the provision of CPWD safety code and
directions of the Engineer-in-Charge, make all arrangements to provide facility
as per the provision of Indian Standard Specifications (Codes) listed below &
nothing extra shall be paid on this account.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
41

1. IS 3696 Part I Safety Code for scaffolds and ladders.


2. IS 3696 Part II Safety Code for scaffolds and ladders Part II ladders.
3. IS 764 Safety Code for excavation work.
4. IS 4138 Safety Code for working in compressed air.
5. IS 7293 Safety Code for working with construction machinery.
6. IS 7969 Safety Code for storage and handling of building materials.
7. IS 4130 Safety Code for demolition of buildings.

1.24 The contractor shall take all precautions to avoid all accidents by exhibiting
necessary caution boards and by providing red flags, red lights and barriers.
The contractor shall be responsible for any accident at the site of work and
consequences thereof.
1.25 Royalty if any payable and all other incidental expenditure shall have to be paid
by the contractor on all the boulders, metal shingle, earth, sand bajri, etc.
collected by him for the execution of the work, direct to the concerned Revenue
Authority of the State or Central Govt. and the amount paid shall not be
reimbursed in any form whatsoever.
1.26 Other agencies working at site will also simultaneously execute the works
entrusted to them and to facilitate their working, the contractor shall make
necessary provisions e.g. holes, openings, etc. for laying/burying pipes, cables,
conduits, clamps, hooks, etc. as may be required from time to time. The
contractor shall extend full co-operation to other agencies for smooth execution
of works by other agencies. The final finishing of the work is to be executed in
co-ordination with other agencies as directed by the Engineer-in-Charge.

1.27
(i) On account of security considerations, there could be some restrictions
on the working hours, movement of vehicles for transportation of
materials and location of labour camp. The contractor shall be bound to
follow all such restrictions and adjust the programme for execution of
work accordingly. Nothing extra shall be paid on this account.
(ii) The contractor shall scrupulously follow all the security regulations of
Central Excise quarters that would be in force from time to time, during the
period of execution of the work. He shall obtain necessary entry gate
passes for bringing in the materials and work force inside Central Excise
quarters for execution of the work and he shall furnish full details of
materials collected at site of work with supporting documentary evidence.
He shall be permitted to take out surplus materials from the site of work,
from the Central Excise quarters, after obtaining necessary gate pass, from
the Engineer in charge or his authorized representative.
(iii) The contractor shall not be permitted to construct labour hutments in
Central Excise quarters. He shall also not be permitted to allow his work
men or his authorized representatives, etc., to stay in Central Excise
quarters beyond office hours.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
42

1.28 Stacking of materials and excavated earth shall be done as per the directions of
the Engineer-in-Charge. Double handling of materials or excavated earth if
required shall have to be done by the contractor at his own cost.

1.29 In case of construction joints, the cost of applying cement slurry over the
concrete surface before fresh concrete is laid as per para 5.4.4.4. of CPWD
Specification 2019 is included in the relevant items of the schedule of quantities
and nothing extra shall be paid on this account.
1.30 Unless otherwise specified in the schedule of quantities the rates for all items of
work shall be considered as inclusive of working in or under water and/or liquid
mud and/or foul conditions including pumping or bailing out liquid mud or water
accumulated in excavations during the progress of the work from springs, tidal
or river seepage, rain, broken water mains or drains and seepage from subsoil
aquifier.
1.31 Water supply pipe lines shall not be embedded in floor. PVC pipe casing of next
bigger diameter shall be provided in full width of wall (including finishing) when
GI pipe line crosses the wall, to protect it from corrosion. The gap between the
PVC and GI pipes shall be sealed at the ends with polysulphide or other suitable
sealant. Nothing extra shall be paid on this account.
1.32 Stone slabs for risers and treads of staircases and steps, where specified, shall
be of single piece of required width and length. No joint shall be permitted. The
holes of required shape and size shall be drilled in the single piece stone slabs
of treads for fixing balustrades wherever necessary. Pattern of stone slabs for
landings of staircase shall be decided by the Engineer-in-Charge. Nothing extra
is payable on this account.

1.33 Stone slabs used for treads of staircase shall be provided with three machine
cut grooves of size 3mm wide x 2mm deep, 25 mm apart near the nosing of the
steps. Nothing extra is payable on this account.
1.34 To protect the flooring and steps of staircases during construction and until the
completion of the work, finished/semi-finished surface of flooring shall be
covered with a thick layer of plaster of Paris and this layer shall be maintained in
good condition till its removal. The removal of the layer of plaster of Paris and
cleaning the surface shall be done as and when decided by the Engineer-in-
Charge. After the removal of plaster of Paris and cleaning of the surface,
damage, if any, shall have to be made good by the contractor. No extra
payment shall be made for protection with plaster of Paris, removal of plaster of
Paris, cleaning and making good the damages.
1.35 The steel work in railing includes fish tailing of the section to be embedded in
concrete and fixing the same.

1.36 In RCC work, to avoid displacement of reinforcement bars in any direction and
to ensure proper cover, only factory made round / square type cover blocks
should be used.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
43

1.37 Nothing extra will be paid for centering, shuttering, reinforcement and RCC work
for sloped slabs and beams, unless otherwise specified in the item. Extra for
additional height in centering beyond 3.5 metre at all levels can be paid
only for suspended floors, roofs, landing, beams and balconies (Plan area
to be measured).
1.38 Steel bars shall be stored about 30 to 45 cms above ground and where the
storage is for more than 3 months, a coat of cement wash shall be given to the
bars. Nothing extra shall be paid towards cost of application of cement wash.

1.39 Some restrictions may be imposed by the State Government on quarrying of


sand, stones etc, from certain areas. For timely completion of work the
contractor shall have to bring such materials from other quarries located
elsewhere.

1.40 The contractor shall give Five years guarantee in the prescribed proforma for
water proofing items specified in the schedule of quantities. In addition to this
10% of the executed cost of items shall be retained either in cash /fixed deposit
or in the form of bank guarantee, which shall be released as per existing rules
and as per the provision of CPWD Works Manual 2019 with amendment/
modifications upto last date of submission of tender, if no defects are found in
water proofing or the defects are made good. This amount shall be adjusted
against the expenses incurred on making good the defects if the contractor
commits breach of guarantee.

1.41 In case of any difference in the Hindi version and English version in any of the
condition of contract, English version shall prevail.

1.42 It is the responsibility of the contractor to obtain necessary no objection


certificate, wherever required for approval of drawings, water supply, sanitary
connection, electricity connection, completion certificate, occupation certificate,
clearance from fire department etc. from Central Govt./ State Govt./
Development Authority / Municipal Corporation / Zilla Parishad / Local Bodies/
Village Panchayat or any other organization as applicable.

Nothing extra shall be paid to the contractor for obtaining such sanctions /
approval / clearance from the above bodies. However, necessary requisition
and letters required in this regard shall be given by the Department. The
required fees and other statutory deposits as may be prescribed by the above
bodies shall be borne by the Department.

1.43 To facilitate gas connection, holes (if required by the Engineer-in-Charge)


including suitable rubber gasket shall be provided in the kitchen platform of RCC
slab/granite/other stone slab etc,. Nothing extra will be paid on the account and
rates quoted for relevant items are inclusive of making such provision.

1.44 Concrete mixers to be used on the work shall have arrangement for weighing
water and controlling water cement ratio.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
44

1.45 If the actual weight of reinforcement and structural steel to be used in the work
differs from standard tables the following procedure shall be followed for arriving
at the quantity for payment.

(a) If the actual weight is more than standard weight only standard weight
shall be considered for payment.
(b) If the actual weight is less than standard weight but within the permissible
variation, only actual weight shall be considered for payment.

1.46 The contractor shall arrange to keep the premises neat and clean.
The rubbish/malba and unserviceable materials shall be removed on day to day
basis.

1.47 BAR CHART


1.47.1 The Contractor shall submit a Programme Chart (Time and Progress) for each
mile stone along with performance guarantee and get it approved from the
Department. The chart shall be prepared in direct relation to the time stated in
the contract documents for completion of the items of the work. It shall indicate
the forecast for the dates of commencement and completion of various trades of
sections of the work and may be amended as necessary by agreement between
the Engineer-in-charge and the contractor within the limitations of time imposed
in the contract documents, and further to ensure good progress during the
execution of the work. The contractor shall in all cases in which time allowed for
any work exceeds one month (save for special jobs for which a separate
program has been agree upon) complete the work as per milestones given in
Schedule ‘F’.
1.47.2 While preparing the above detailed bar chart, effort shall be made to take all
possible items of work simultaneously.
1.47.3 Separate bar chart should be prepared exclusively for procurement of
materials. The detailed bar chart should distinctly bifurcate the items of work
and of materials required for the execution of that item. Both should not be
clubbed together. For example, for internal plumbing work the bar chart should
show the procurement of pipe and other fittings with start and finish dates and
items of work with start and finish dates separately. Both items should be
interlinked preceding and succeeding activity. The bar chart not indicating
procurement items separately will not be accepted.
1.47.4 Similarly bar chart should be prepared separately for arrangement of labour.
1.47.5 The bar chart so finalized and accepted by department should be got reviewed
by the department, once in a month regularly. Modified / revised bar chart shall
be prepared in the event of not adhering to the targets mentioned in the earlier
bar chart. The contractor shall augment additional resources, materials and man
power for achieving the targets, so submitted in the revised bar chart.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
45

1.47.6 In addition to the above bar chart, the contractor shall submit detailed
programme of activities using MS projects software. He shall furnish the
details both in hard copies as well as soft copies. Nothing extra shall be
paid on this account.
1.48 Third party quality assurance
In case the department decides to engage third party quality assurance system,
the same will be engaged by the department and the contractor will render
necessary arrangement for the inspection of work similar to clause 16 of
agreement.
1.49 Procurement of centering and shuttering
The steel centering and shuttering and other connected materials required
for execution of work be made available within 30 days of stipulated date
of start of work. The material so brought shall not be removed from the site of
work, unless connected works are completed and approval of Engineer-in-
Charge is obtained. The decision of the Engineer-in-Charge in this regard shall
be final and binding upon the contractor.

1.50 Prevention of Nuisance and Pollution Control:


The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the occupants of the adjacent properties and to the other
public in general and to prevent any damage/ inconvenience to them from noise,
dust, smoke and other pollutants. The contractor shall make good at his cost
and to the satisfaction of Engineer-in-charge any damage to roads, paths, cross
drainage works, and or any other properties whatsoever caused due to
execution of work or by the traffic brought there on by the contractor.
1.51 Compliance of directives of Hon’ble National Green tribunal (NGT) dated
04.12.2014 and 10.04.2015 and EIA guidance manual issued in February
2010.
The contractor shall comply with following guidelines on the matter in pursuance
of orders passed by Hon’ble National Green Tribunal.
1) The contractor shall not store / dump construction material or debris on metalled
road.
2) The contractor shall get prior approval from Engineer-in-charge for the area
where the construction material or debris can be stored beyond the metalled
road. This area shall not cause any obstruction to the free flow of traffic /
inconvenience to the pedestrians. It should be ensured by the contractor that no
accidents occur on account of such permissible storage.
3) The contractor shall take appropriate protection measures like raising wind
breakers of appropriate height on all sides of the plot/area using CGI sheets or
plastic and/or other similar material to ensure that no construction material dust
fly outside the plot area.
4) The contractor shall ensure that all the trucks or vehicles of any kind which are
used for construction purposes/or are carrying construction material like cement,
sand and other allied material are fully covered. The contractor shall take every
necessary precautions that the vehicles are properly cleaned and dust free to
ensure that enroute their destination, the dust, sand or any other particles are
not released in air/contaminate air.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
46

5) The contractor shall provide mask to every worker working on the construction
site and involved in loading, unloading and carriage of construction material and
construction debris to prevent inhalation of dust particles.

6) The contractor shall provide all medical help, investigation and treatment to the
workers involved in the construction of building and carry of construction
material and debris relatable to dust emission.

7) The contractor shall ensure that C&D(Construction and demolition) waste is


transported to the C&D waste site only and due record shall be maintained by
the contractor.

8) The contractor shall compulsory use of wet jet in grinding and stone cutting.

9) The contractor shall comply all the preventive and protective environmental
steps as started in the MoEF guidelines, 2010.

10) The contractor shall carry out on-road-inspection for black smoke generating
machinery. The contractor shall use cleaner fuel.

11) The contractor shall ensure that all DG sets comply emission norms notified by
MoEF.

12) The contractor shall use vehicles having pollution under control certificate. The
emissions can be reduced by a large extent by reducing the speed of a vehicle
to 20 kmph. Speed bumps shall be used to ensure speed reduction. In cases
where speed reduction cannot effectively reduce fugitive dust, the contractor
shall divert traffic to nearby paved areas.

13) The contractor shall ensure that the construction material is covered by
tarpaulin. The contractor shall take all other precaution to ensure that no dust
particles are permitted to pollute air quality as a result of such storage.
14) Nothing shall be paid extra for fulfilling of all the above conditions except for the
items existing in the schedule of quantities. For such items, work done shall be
paid on the basis of the agreement rates.

1.52 SAFETY PRACTICES

(i) WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow
signage display such as “Construction Work in Progress”, “Keep Away”, “No
Parking”, Diversions & protective Barricades etc. shall be provided and
displayed during day time by the Contractor, wherever required and as directed
by the Engineer-in-Charge. These glow signage and red lights shall be suitably
illuminated during night also. The Contractor shall be solely responsible for
damage and accident caused, if any, due to negligence on his part. Also, he
shall ensure that no hindrance, as far as possible, is caused to general traffic
during execution of the work. This signage shall be dismantled & taken away by
the Contractor after the completion of work, only after approval of the Engineer-
in-Charge. Nothing extra shall be payable on this account except for protective
barricades.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
47

(ii) SIGN BOARDS: The Contractor shall provide and erect a display board of size
and shape as required and paint over it, in a legible and workman like manner,
the details about the salient features of the project, as required by the Engineer-
in-Charge. The Contractor shall fabricate and put up a sign board in an
approved location and to an approved design indicating name of the project,
Client/Owner, Engineer-in-charges, Structural Consultants, Department etc.
besides providing space for names of other Contractors, Sub-Contractors and
specialized agencies within 15 days from issue of commencement letter.
Nothing extra shall be payable on this account. In case of
noncompliance/delay in compliance in this, a non-refundable penalty @
Rs.2500/- per week will be imposed which will be recovered from the
immediate next R/A Bill of the Contractor.
(iii) Necessary protective and safety equipment such as helmet, safety shoes,
gloves etc shall be provided to the inspecting officers of the department, Site
Engineers, Supervisory staff, labour and technical staff of the contractor by the
Contractor at his own cost and to be used at site.

(iv) No inflammable materials including P.O.L shall be allowed to be stored in huge


quantity at site. Only limited quantity of P.O.L may be allowed to be stored at
site subject to the compliance of all rules / instructions issued by the relevant
authorities and as per the direction of Engineer –in- Charge in this regard. Also
all precautions and safety measures shall be taken by the Contractor for safe
handling of the P.O.L products stored at site. All consequences on account of
unsafe handling of P.O.L shall be borne by the Contractor.

1.53 QUALITY ASSURANCE


(i) The Contractor shall have to engage well-experienced skilled labour and deploy
modern T&P and other equipment to execute the work. Many items like exposed
finish form work, specialized flooring work, silicon sealant and backer rod fixing
in expansion joints, factory made door shutters, proper slope maintaining in
toilet units, sanitary- water supply installations will specially require engagement
of skilled workers having experience particularly in execution of such items.
(ii) The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall
be summarily rejected by the Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any
material, even though approved by Engineer-In-Charge is found defective or not
conforming to specifications shall be replaced / removed by the contractor at his
own risk & cost.
(iii) In addition to the supervision of work by CPWD engineers, the Senior officers of
CPWD, CTE Organization, QCTA team of CPWD and Consultants deployed by
the Central Excise/CPWD shall also be carrying out regular and periodic
inspection of the ongoing activities in the work and deficiencies, shortcomings,
inferior workmanship pointed out by them shall be communicated by CPWD
engineers to the contractor. Upon receipt of instructions from Engineer-in-
Charge these are also to be made good by necessary improvement,
rectification, replacement upto his complete satisfaction.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
48

Special attention shall be paid towards line and level of internal and external
plastering, exposed smooth surface of RCC members by providing fresh
shuttering plates, rubberized linings to all the shuttering joints, accurate
joinery work in wooden doors and windows, thinnest joints in stone/ tiling /
cladding work, non-hollowness in floor and dado tiles work, protection of
scratches over flooring by impounding layer of plaster of Paris, water tight pipe
linings, absence of hollow vertical joints in brick masonry, proper compaction of
filled up earth etc. to achieve an Institution of International standards and up
keeping of quality assurance shall be of paramount importance, as such.
(iv) The Contractor shall submit, within 10 days after the date of award of work, a
detailed and complete method of statement for the execution, testing and Quality
Assurance, of such items of works, as directed by the Engineer-in-Charge. All the
materials to be used in the work, to give the finished work complete in all respects, shall
comply with the requirements of the specifications and shall pass all the tests required
as per specifications as applicable or such specifications / standards as directed by the
Engineer-in-Charge. However, keeping the Quality Assurance in mind, the Contractor
shall submit, on request from the Engineer-in- Charge, his own Quality Assurance
procedures for basic materials and such items, to be followed during the execution of
the work, for approval of the Engineer-in-Charge.

(v) All materials and fittings brought by the contractor to the site for use shall
conform to the samples approved by the Engineer-in-charge which shall be
preserved till the completion of the work. If a particular brand of material is
specified in the item of work in Schedule of Quantity, the same shall be used
after getting the same approved from Engineer-In-Charge. Wherever brand /
quality of material is not specified in the item of work, the contractor shall submit
the samples as per suggested list of brand names given in the tender document
/ particular specifications for approval of Engineer-In-Charge. For all other items,
materials and fittings of ISI Marked shall be used with the approval of Engineer-
In-Charge. Wherever ISI Marked material / fittings are not available, the
contractor shall submit samples of materials / fittings manufactured by firms of
repute conforming to relevant specifications or IS codes and use the same only
after getting the approval of Engineer-In-Charge.

(vi) The Contractor shall procure and provide all the materials from the
manufacturers / suppliers as per the list attached with the tender documents, as
per the item description and particular specifications for the work. The
equivalent brand for any item shall be permitted to be used in the work, only
when the specified make is not available. This is, however, subject to
documentary evidence produced by the contactor for non-availability of the
brand specified and also subject to independent verification by the Engineer-in-
Charge. In exceptional cases, where such approval is required, the decision of
Engineer in charge as regards equivalent make of the material shall be final and
binding on the Contractor. No claim, whatsoever, of any kind shall be
entertained from the Contractor on this account. Nothing extra shall be payable
on this account. Also, the material shall be procured only after approval of the
Engineer in charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
49

(vii) All materials whether obtained from Govt. stores or otherwise shall be got
checked by the Engineer-in-Charge or his authorized supervisory staff on
receipt of the same at site before use.

(viii) The tests, as necessary, shall be conducted in the laboratory approved by the
Engineer–in- Charge. The samples shall be taken for carrying out all or any of
the tests stipulated in the particular specifications and as directed by the
Engineer-in-Charge or his authorized representative.

(ix) All the registers of tests carried out at Construction Site or in outside
laboratories and all material at site (MAS) registers including cement register
shall be maintained by the contractor which shall be issued to the contractor by
Engineer-in-charge. All the entries in the registers will be made by the
designated Engineering Staff of the contractor and same should be regularly
reviewed by JE/AE/AEE/EE. Contractor shall be responsible for safe custody of
all the registers.

1.54 INSURANCE POLICIES

Before commencing the execution of work, the Contractor shall, without in any
way limiting his obligations and liabilities, at his own cost and expense insure
against any damage or loss or injury, which may be caused to any person or
property, at site of work. The Contractor shall obtain and submit to the Engineer-
in-Charge “Contractors All Risk Insurance Policy” for an amount 1.10 times the
contract amount for this work, with Engineer-in-Charge as the first beneficiary.
The insurance shall be obtained in joint names of Engineer-in-Charge and the
Contractor (who shall be second beneficiary). Also, he shall indemnify the
Department from any liability during the execution of the work.

Further, he shall obtain and submit to the Engineer-in-Charge, a third


party insurance policy for maximum Rs.10 lakh for each accident, with the
Engineer-in-Charge as the first beneficiary. The insurance shall be obtained
in joint names of Engineer-in-Charge and the Contractor (who shall be second
beneficiary). The Contractor shall, from time to time, provide documentary
evidence as regards payment of premium for all the Insurance Policies for
keeping them valid till the completion of the work. The Contractor shall ensure
that Insurance Policies are also taken for the workers of his Sub-Contractors /
specialized agencies also. Without prejudice to any of its obligations and
responsibilities specified above, the Contractor shall within 10 days from the
date of letter of acceptance of the tender and thereafter at the end of each
quarter submit a report to the Department giving details of the Insurance
Policies along with Certificate of these insurance policies being valid, along with
documentary evidences as required by the Engineer-in-Charge. No work shall
be commenced by the Contractor unless he obtains the Insurance Policies as
mentioned above. Also, no payment shall be made to the Contractor on expiry
of insurance policies unless renewed by the Contractor. Nothing extra shall be
payable on this account. No claim for hindrance (or any other claim) shall be
entertained from the contractor on these accounts.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
50

1.55 Any dispute arising out of this bid including dispute related to
encashment of any Bank Guarantee/ FDR etc, shall be subject to the
jurisdiction of courts of Karnataka State only.

1.56 By uploading schedule of quantities, the bidder is deemed to have read,


understood and accepted all terms and condition of this tender document.

1.57 Unless otherwise specified, nothing extra, whatsoever shall be paid for
executing the work as per the above SPECIAL CONDITIONS from serial
number 1.1 to 1.56.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
51

2.0 PARTICULAR SPECIFICATION AND SPECIAL CONDITIONS FOR


CEMENT AND STEEL BROUGHT BY THE CONTRACTOR
2.1 CEMENT

2.1.1 The contractor shall procure cement (conforming to IS:1489-part-I) as


required in the work, from reputed manufacturers of cement such as ACC,
Ultratech, Zuari cement and Dalmia Bharat cement or (from any other
reputed cement manufacturer having a production capacity not less
than one million tones per annum) as approved by
Superintending Engineer, CPWD, Mysore. The tenderers may also submit
a list of names of cement manufacturers which they propose to use in the
work. The tender accepting authority reserves right to accept or reject
name(s) of cement manufacturer(s) which the tenderer proposes to use in the
work. No change in the tendered rates will be accepted if the tender accepting
authority does not accept the list of cement manufacturers, given by the
tenderer, fully or partially.

2.1.2 Supply of cement shall be taken in 50kg bags bearing manufacturer’s name
and ISI marking. Samples of cement arranged by the contractor shall be
taken by the Engineer-in-Charge and got tested in accordance with provisions
of relevant BIS codes. In case test results indicate that the cement arranged
by the contractor does not conform to the relevant BIS codes, the same shall
stand rejected and shall be removed from the site by the contractor at his own
cost within a week’s time of written order from the Engineer-in-Charge to do
so. Every fresh cement batch should be brought to site atleast 30 days before
they are to be used / consumed in the work. The cement shall be brought at
site in bulk supply of approximately 50 tonnes or as decided by the Engineer-
in-Charge.

2.1.3 The cement godown of the capacity to store a minimum of 2 months


requirement shall be constructed by the contractor at site of work for which
no extra payment shall be made. Double lock provision shall be made to the
door of cement godown. The keys of one lock shall remain with Engineer-in-
Charge or his authorized representative and keys of the other lock shall
remain with the contractor. The contractor shall be responsible for the watch
and ward and safety of the cement godown. The contractor shall facilitate the
inspection of the cement godown by the Engineer-in-Charge or his authorized
representatives.

2.1.4 The cement shall be got tested by the Engineer-in-Charge and shall be used
on the work only after satisfactory test results have been received. The
contractor shall supply free of charge the cement required for testing including
its transportation cost to testing laboratories. The frequency and details of the
tests shall be decided by the Engineer-in-Charge depending on the quantum
of supply in each batch. The cost of tests shall be borne by the contractor.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
52

2.1.5 The actual consumption of cement on work shall be regulated and proper
accounts be maintained by the contractor. The theoretical consumption of
cement shall be worked out as per procedure prescribed in clause 38 of the
contract and shall be governed by the conditions laid therein. In case the
cement consumption is less than theoretical consumption including
permissible variation, recovery at rate so prescribed shall be made. In case of
excess consumption, no adjustment shall be made.

2.1.6 Cement brought to site and cement remaining unused after completion of
work shall not be removed from site without written permission of the
Engineer-in-charge.

2.1.7 Damaged cement shall be removed from the site immediately by the
contractor on receipt of a notice in writing from the Engineer-in-charge. If he
does not do so within 3 days of receipt of such notice, the Engineer-in-charge
shall get it removed at the cost of the contractor.

2.1.8 The cement bags shall be stacked on proper floors consisting of two layers of
dry bricks laid on well consolidated earth at a level of at least one foot above
ground. The stacks shall be in rows of 2 and 10 bags high with minimum of
0.6m clear. Bags should be placed horizontally continuous in each line. Actual
size / shape of go down shall be as per site requirement and nothing extra
shall be paid on this account. The decision of Engineer-in-charge regarding
capacity shall be final.

2.1.9 Cement register for the cement shall be maintained at site. The account of
daily receipts and issues of cement shall be maintained in the register in the
proforma prescribed and signed daily by contractor or his authorized agent.

2.2 REINFORCING STEEL

2.2.1 The CPWD/ contractor shall procure IS marked TMT bars of various grades
from the steel Manufacturers such as SAIL, TATA steel Ltd., RINL, JINDAL
steel & power Ltd, and JSW steel Ltd or their authorized dealers having valid
BIS license for IS: 1786-2008 (Amendmant-1 November 2012).

2.2.2 The contractor shall have to obtain and furnish test certificates to the
Engineer-in-charge in respect of all supplies of steel brought by him to the
site of work.

2.2.3 Samples shall also be taken and got tested by the Engineer-in-charge as per
the provisions in this regard in relevant BIS codes. In case the test results
indicate that the steel arranged by the contractor does not conform to the
specifications as defined under para 2.2.1 above, the same shall stand
rejected, and it shall be removed from the site of work by the contractor at his
cost within a week’s time of written orders from the Engineer-in-charge to do
so.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
53

2.2.4 The steel reinforcement bars shall be brought to the site in bulk supply of 10
tonnes or more or as decided by the Engineer-in-Charge.

2.2.5 The steel reinforcement shall be stored by the contractor at site of work in
such a way as to prevent distortion and corrosion, and nothing extra shall be
paid on this account. Bars of different sizes and lengths shall be stored
separately to facilitate easy counting and checking.

2.2.6 For checking nominal mass, tensile strength, bend test, re-bend test, etc.,
specimen of sufficient length shall be cut from each size of the bar at random,
and at frequency not less than that specified below:

Size of bar For consignment below 100 For consignment over 100
tonnes tonnes
Under 10mm dia One sample for each 25 One sample for each 40
tonnes or part thereof tonnes or part thereof
10 mm to 16mm dia One sample for each 35 One sample for each 45
tonnes or part thereof tonnes or part thereof
Over 16 mm dia One sample for each 45 One sample for each 50
tonnes or part thereof tonnes or part thereof

2.2.7 The contractor shall supply free of charge the steel required for testing
including its transportation to testing laboratories. The cost of tests shall be
borne by the contractor.

2.2.8 The actual issue and consumption of steel on work shall be regulated and
proper accounts shall be maintained as provided in clause 10 of the contract.
The theoretical consumption of steel shall be worked out as per procedure
prescribed in clause 38 of the contract and shall be governed by conditions
laid therein. In case the consumption is less than theoretical consumption
including permissible variations, recovery at the rate so prescribed shall be
made. In case of excess consumption, no adjustment needs to be made.

2.2.9 The steel brought to site and steel remaining unused shall not be removed
from site without the written permission of the Engineer-in-Charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
54

3.0 ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION FOR R.C.C.


WORK (DESIGN MIX CONCRETE)
(Before start of RCC work concrete Mix Design shall be got done by the
contractor from a NABL accredited laboratory/ IIT/ NIT laboratory with the
approval of Engineer-in-Charge. The RCC Work shall be carried out as per the
Mix Design approved by the Engineer-in-charge).

GENERAL:
3.1 The RCC work shall be done with RMC or Design Mix Concrete, unless
otherwise specified in the nomenclature of items, wherever letter M has been
indicated, the same shall imply for the Design Mix Concrete. The Ready Mix
Concrete shall be as per IS : 4926 and as per CPWD Specification and guide
lines. For the nominal mix in RCC, CPWD specification shall be followed. The
Design Mix Concrete will be designed based on the principles given in IS : 456,
10262 and SP 23. The contractor shall carry out design mixes for each class of
concrete indicating that the concrete ingredients and proportions will result in
concrete mix meeting requirements specified. The cement shall be actually
weighed as presumption of each bag having 50 kg shall not be allowed. In case
of use of admixture, the mix shall be designed with these ingredients as well. The
specification mentioned herein below shall be followed for Design Mix Concrete.

INGREDIENTS
1 Coarse Aggregate: - As per CPWD Specifications
Fine Aggregate: - As per CPWD Specifications.
Water: As per requirements laid down in IS 456-2000 and CPWD specifications.
Cement: Cement arranged by the contractor will be PPC (in bags) conforming to
IS : 1489 : Part-I.
2 Admixture: Type of Admixture shall be got approved from Engineer-in-Charge.
Admixtures of approved quality shall be mixed with concrete to achieve the
desired workability within specified water cement ratio. The admixture shall
conform to IS: 9103. The chloride content in the admixture shall satisfy the
requirement of BS: 5075. The total amount of chlorides in the admixture mixed
concrete shall also satisfy the requirements of IS: 456-2000
3 The contractor shall not be paid anything extra for admixture required for
achieving desired workability without any change in specified water cement ratio
for RCC / CC work.

4 Grade of concrete: The characteristic compressive strength of various grades of


concrete shall be given as below:
Sl. Grade Compressive Specified Minimum Maximum
No Designation strength on characteristic cement water cement
15cm cubes min compressive content* (kg per ratio
7 days (N/mm2) strength at 28 cum) ratio
days (N/mm2)
(i) M-25 As per Design As per IS 456 As per IS 456 As per IS 456

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
55

5 The Concrete mix will be designed for minimum workability as specified in para 7
of IS–456-2000

6 WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED


ELSEWHERE OR AS DECIDED BY ENGINEER IN CHARGE.

Placing Conditions Degree of Slump


Workability (mm)
(1) (2) (3)
Lightly reinforced sections in slabs, beams, walls, Low 25-75
columns
Heavily reinforced section in slabs, beams, walls, Medium 50-100
columns
Pumped concrete Medium 75-100

7 The recommended values of slump for various members to confirm IS 456


8 In the designation of concrete mix letter M refers to the mix and the number to the
specified characteristic compressive strength of 15 cm – Cube at 28 days
expressed in N/mm2
9 The concrete design mix with or without admixture will be got cementious
material carried out by the contractor by any reputed NABL accredited laboratory
as per direction of Engineer-In-Charge.
10 For such approval various ingredients for mix design as submitted by contractor
shall be sent to the lab / test houses through the Engineer-In-Charge of the
project and got it tested in approved laboratories as may be decided by the
Engineer-in-charge. Sample of aggregate sent shall be preserved at site by the
department for each different set of Coarse aggregates & Fine aggregates, fresh
design shall be done and got approved by the Department. The admixture if used
by contractor shall be at his own cost without any extra payment.

11 * Note: For RMC OPC shall be used in combination with GGBS as follows:
Part of OPC 43 grade cement (conforming to IS8112) can be substituted with
Ground Granulated Blast furnace slag (GGBS) to a maximum of 30%. The
physical and chemical properties of GGBS shall conform to IS: 12089-1987
(Reaffirmed 2008). Uniform blending with OPC 43 grade cement to be ensured in
accordance with clauses 5.2 and 5.2.1 of IS: 456-2000.
12 In case of change of source or characteristic properties of the ingredients used in
the concrete mix during the work, a revised laboratory mix design report
conducted in approved by Engineer-In-Charge shall be submitted by the
contractor as per the direction of the Engineer in charge.
3.2 APPROVAL OF DESIGN MIX
(i) The mix design for a specified grade of concrete shall be done for a target mean
compressive strength Tck = Fck + 1.65s
Where Fck = Characteristic Compressive Strength at 28 days
s = Standard deviation which depends on degree of quality control.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
56

(ii) The degree of quality control for this work is “good” for which the standard
deviation (s) obtained for different grades of concrete shall be as per IS relevant
IS Standards/ Codes.
Out of the six specimen of each set, three shall be tested at seven days and
remaining three at 28 days. The preliminary tests at seven days are intended only
to indicate the strength to be attained at 28 days.

3.3 CHARGES FOR DESIGN MIX


(i) All cost of mix designing and testing connected therewith including charges
payable to the laboratory shall be borne by the contractor.

3.4 DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED


CONCRETE BATCHING AND MIXING PLANT

(i) Proportioning Concrete


In proportioning cement concrete, the quantity of both cement and aggregates
shall be determined by weight. The cement shall be weighed separately from the
aggregates. Water shall either be measured by volume in calibrated tanks or
weighed. All measuring equipment shall be maintained in a clean and serviceable
condition. The amount of mixing water shall be adjusted to compensate for
moisture content in both coarse and fine aggregates. The moisture content of
aggregates shall be determined in accordance with IS: 2386 (Part III). Suitable
adjustments shall also be made in the weights of aggregates to allow for the
variation in weight of aggregates due to variation in moisture content.

Production of Concrete
The concrete shall be RMC produced in a central batching and mixing plant with,
computerized printing for contents and admixture dosage. The batching plant
shall be fully automatic. Automatic batcher shall be charged by devices which,
when actuated by a Single starter switch will automatically start the weighing
operation of each material and stop automatically, when the designated weight of
each material has been reached. The batching plant shall have automatic
arrangement for dispensing the admixture and shall also be capable of
discharging water in more than one stage. A print out from the batching plant for
every lot shall be submitted. A batching plant essentially shall consist of the
following components: Separate storage bins for different sizes of aggregates,
silo for cement; and water storage tank.
a) Batching equipment
b) Mixers
c) Control panels
d) Mechanical material feeding and elevating arrangements
e) The Contractor shall arrange for inspection of automatic batching plant
within seven days of issue of letter of award to facilitate inspection and
approval of same by Engineer-In-Charge. Nothing extra will be paid for this.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
57

The compartments of storage bins for aggregates shall be approximately of equal


size. The cement compartment shall be centrally located in the batching plant. It
shall be watertight and provided with necessary air vent, aeration fittings for
proper flow of cement & emergency cement cut off gate. The aggregate and sand
shall be charged by power operated centrally revolving chute. The entire plant
from mixer floor upward shall be enclosed and insulated. The batch bins shall be
constructed so as to by self-cleansing during drawdown. The batch bins shall in
general conform to the requirements of IS: 4925.
The batching equipment shall be capable of determining and controlling the
prescribed amounts of various constituent materials for concrete accurately i.e.
water, cement, sand, individual size of coarse aggregates etc. The accuracy of
the measuring devices shall fall within the following limits.

Measurement of Cement ±2% of the quantity of cement in each batch


Measurement of Water ±3% of the quantity of water in each batch
Measurement of Aggregate ±3% of the quantity of aggregate in each batch
Measurement of Admixture ±3% of the quantity of admixture in each batch

3.5 Mixing Concrete


The mixer in the batching plant shall be so arranged that mixing action in the
mixers can be observed from the operator’s station. The mixer shall be equipped
with a mechanically or electrically operated timing, signaling and metering device
which will indicate and assure completion of the required mixing period. The
mixer shall have all other components as specified in IS: 4925.

3.6 Transportation, Placing and Compaction of Concrete


(i) Mixed concrete from the batching plant shall be transported to the point of
placement by transit mixers or through concrete pumps or steel closed bottom
buckets capable of carrying 6 cum concrete. In case the concrete is proposed to
be transported by transit mixer, the mixer speed shall not be less than 4 rev/ min.
of the drum nor greater than a speed resulting in a peripheral velocity of the drum
as 70 m / minute at its largest diameter. The agitating speed of the agitator shall
be not less than 2 rev / min. nor more than 6 rev / min. of the drum.
The number of revolutions of the mixing drum or blades at mixing speed shall be
between 70 to 100 revolutions for a uniform mix, after all ingredients, have been
charged into the drum. Unless tempering water is added, all rotation after 100
revolutions shall be at agitating speed of 2 to 6 rev / min. and the number of such
rotations shall not exceed 250. The general construction of transit mixer and
other requirements shall conform to IS: 5892.

(ii) In case concrete is to be transported by pumping, the conduit shall be primed by


pumping a batch of mortar / thick cement slurry through the line to lubricate it.
Once the pumping is started, it shall not be interrupted (if at all possible) as
concrete standing idle in the line is liable to cause a plug. The operator shall
ensure that some concrete is always there in the pump-receiving hopper during
operation. The lines shall always be maintained clean and shall be free of dents.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
58

Materials for pumped concrete shall be batched consistently and uniformly.


Maximum size of aggregate shall not exceed one-third of the internal diameter of
the pipe. Grading of aggregate shall be continuous and shall have sufficient ultra
fine materials (materials finer than 0.25mm). Proportion of fine aggregates
passing through 0.25mm shall be between15 & 30% and that passing through
0.125 mm sieve shall not be less than 5% of the total volume of aggregate. When
pumping long distances and through hot weather, set- retarding admixtures may
be used. Admixtures to improve workability can be added. Suitability of concrete
shall be through pumping shall be verified by trial mixes and by performing
pumping tests.

3.7 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND


CONDUCTING CONFIRMATORY TEST AT FIELD LAB.

(i) The contractor shall make the cubes of trial mixes as per approved Mix design at
site laboratory for all grades, in presence of Engineer in charge using sample of
approved materials proposed to be used in the work prior to commencement of
concreting and get them tested in his presence to his entire satisfaction for 7
days and 28 days. Test cubes shall be taken from trial mixes as follows.

For each mix, a set of six cubes shall be made from each of the three
consecutive batches. Three cubes from each set of six shall be tested at age of 7
days and remaining three cubes at age of 28 days. The cubes shall be made,
cured, transported and tested strictly in accordance with specifications. The
average strength of nine cubes at age of 28 days shall exceed the specified
target mean strength for which design mix has been approved, the evaluation of
test results will be done as per IS : 456-2000.

3.8 WORK STRENGTH TEST

TEST SPECIMEN
Work strength test shall be conducted in accordance with IS: 516 on random
sampling. Each test shall be conducted on six specimen, three of which shall be
tested at 7 days and remaining three at 28 days. Additional samples shall be
prepared, if required, as per direction of Engineer in charge for testing samples
cured by accelerated method as described in IS : 9103.

3.9 TEST RESULTS OF SAMPLE


The test results of the sample shall be the average of the strength of three
specimen. The individual variation shall not be more than +/ - 15 percent of the
average. If more, the test results of the sample are invalid. 90% of the total tests
shall be done at the laboratory established at site by the contractor and remaining
10% in the laboratory of Government Engineering colleges, or in any other
approved laboratory as directed by the Engineer-in-charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
59

3.10 STANDARD FOR ACCEPTANCE


i) Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.
ii) In order to keep the floor finish as per direction of Engineer-in-charge and as per
Architectural drawings and to provide required thickness of the flooring as per
specification, the level of top surface of RCC shall be accordingly adjusted at the
time of its centering, shuttering and casting for which nothing extra shall be paid
to the contractor.
3.11 Ultrasonic Pulse Velocity Method of Test for RCC
The underlying principle of assessing the quality of concrete is that comparatively
higher velocities are obtained when the quality of concrete in terms of density,
homogeneity and uniformly is good. The consistency of the concrete as regards
its general quality gets established. In case of poorer quality lower velocities are
obtained. If there are cracks, voids or flaws inside the concrete which come in the
way of transmission of pulse, lower velocities are obtained.
The quality of concrete in terms of uniformity, incidence or absence of internal
flaws, cracks and segregation etc. indicative of the level of workmanship
employed, can thus be assessed using the guidance given in table below, which
have been evolved for characterizing the quality concrete in structure in term of
the ultrasonic pulse velocity.

Velocity criterion for Concrete Quality Grading.


Sl. No. Pulse velocity by Cross Probing Concrete Quality Grading
(km/sec)
1 Above 4.5 Excellent
2 4.5 to 3.5 Good
3 3.5 to 3.0 Medium
4 Below 3.0 Doubtful

Note: In Case of “doubtful” quality it may be necessary to carry further tests.


iii) Pulse velocity method of test of concrete is to be conducted for CPWD works as
a routine test. The acceptance criteria as per the above table will be applicable
which is as per IS 13311 (part-1): 1992. From the above “Good” and “Excellent”
grading are acceptable and below these grading the concrete will not be
acceptable.

iv) 5% of the total number of RCC members in each category i.e. beam, column,
slab and footing may be tested by UPV test method for establishing quality of
concrete. It is suggested that test be conducted on RCC beam near joint with
column, on RCC column near joint with beam, on RCC footings and rafts. On
RCC rafts a suitable grid can be worked out for determining number of tests. In
addition doubtful areas such as honeycombed locations, locations, where
continuous seepage is observed, construction joints and visible loose pockets will
also be tested.

v) The test results are to be examined in view of the above acceptance criteria “Good” and
“Excellent” and wherever concrete is found with less than required quality as per

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
60

acceptance criteria, repairs to concrete will be made. Honeycombed areas and loose
pockets will be repaired by grouting using Portland Cement Mortar/Polymer Modifies
Cement Mortar /Epoxy Mortar, etc. after chipping loose concrete in appropriate manner.
In areas where concrete is found below acceptance criteria and defects are not
apparently visible on surface, injecting approved grout in appropriate proportion using
epoxy grout /acrylic Polymer modified cements slurry made with shrinkage compensating
cement / plain cement slurry etc., will be resorted to for repairs.(refer relevant chapters
from CPWD Hand Book on Repairs and Rehabilitation of RCC Buildings).Repair to
concrete will be done till satisfactory results are obtained as per the acceptance criteria
by retesting of the repaired area. If satisfactory results are not obtained dismantling and
relaying of concrete will be done at the cost of contractor.

3.12 MEASUREMENT
As per CPWD specifications.

3.13 TOLERANCES
As per CPWD specifications

3.14 RATE
The rate includes the cost of materials and labour involved in all the operations
described above. In case of actual average compressive strength being less than
specified strength which shall be governed by para ‘Standard of Acceptance” as above
the rate payable shall be worked out accordingly on the basis of analysis.

In case of rejection of concrete on account of unacceptable compressive strength,


governed by para ‘Standard of Acceptance’ as above, the work for which samples have
failed shall be redone at the cost of contractors. However, the Engineer in charge may
order for additional tests (like cutting cores, ultrasonic pulse velocity test, load test on
structure or part of structure etc) to be carried out at the cost of contractor to ascertain if
the portion of structure wherein concrete represented by the sample has been used, can
be retained on the basis of results of individual or combination of these tests.

The contractor shall take remedial measures necessary to retain the structure as
approved by the Engineer in charge without any extra cost. However, for payment, the
basis of rate payable to contractor shall be governed by the 28 days cube test results
and reduced rates shall be regulated in accordance with para 5.4.13.2 of CPWD
specification 2019, Vol.-I.

3.15 COVER/SPACER BLOCK

The contractor shall provide approved type of support for maintaining the bars in position
and ensuring required spacing and correct cover of concrete to reinforcement as called
for in the drawings, spacer blocks of required shape and size. Chairs and spacer bars
shall be used in order to ensure accurate positioning of reinforcement. Spacer blocks
shall be cast well in advance with approved proprietary pre-packed free flowing mortars
(Conbextra as manufactured by M/S Fosroc Chemicals India Ltd. Or equivalent as
approved by the Engineer-in-charge at his discretion) of high early strength and same
colour as surrounding concrete, Pre-cast cement mortar/concrete blocks/blocks of
polymer shall not be used as spacer blocks unless specially approved by the Engineer-
in-charge, rate of RCC items is inclusive of cost of such cover blocks.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
61

4.0 PARTICULAR SPECIFICATION AND ADDITIONAL CONDITIONS FOR


WATER PROOFING

4.1 The work shall be got executed as per CPWD Specifications and as per the
manufacturer’s specification through specialized agency as approved by the
Engineer-in-charge.

The contractor shall furnish the following particulars immediately after the issue of
letter of acceptance by the department.
i) The name of the specialized firm.
ii) The trade names of the product, which would be used.
iii) List of works where the treatment has been used.
iv) Quantity of chlorides and sulphides used in the product.

GUARANTEE FOR WATER PROOFING TREATMENT

4.2 The contractor shall be fully responsible for and shall guarantee proper
performance of the entire waterproofing system for a period of 5 (Five) years from
the final completion of works. In addition, specific 05 (five) years written
guarantee (to be furnished in a non-judicial stamp paper of value not less than
Rs.100/-) in approved proforma shall be submitted for the performance of the
system, before final payment and shall not in any way limit any other rights the
Employer may have under the contract. Guarantee for water proofing shall
comprise of all the items described above in particular specification.

4.3 All water-proofing work shall be carried out through approved specialist agency
as per method of working approved by the Engineer-in-charge. However, the
contractor shall be solely responsible for waterproofing treatment until the expiry
of the above guarantee period.

4.4 Five years guarantee in prescribed proforma attached shall be given by the
contractor for the water proofing treatment. Towards that 10% (ten percent) of the
cost of these items of water proofing under this sub head worked out on
prevailing market rate shall be retained as guarantee to watch the performance of
the work executed. The withheld amount shall be released after completion of
five years from the date of completion of work, if the performance of the
waterproofing work is satisfactory. If any defect is noticed during the guarantee
period, it should be rectified by the contractor within seven days of issuing of
notice by the Engineer-in-Charge and, if not attended to, the same shall be got
done through other agency at the risk and cost of the contractor and recovery
shall be effected from the amount retained towards guarantee. In any case, the
contractor and the specialist agency, during the guarantee period, shall inspect
and examine the treatment once in every year and make good any defect
observed and confirm the same in writing. The security deposit can be released
in full, if bank guarantee of equivalent amount, valid for the duration of guarantee
period, is produced and deposited with the department.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
62

4.5 GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF


DEFECTS AFTER COMPLETION OF WORK IN RESPECT OF WATER
PROOFING WORKS.

The agreement made this…………. day of ……………two thousand and


………..… and between………….son of ………..of…………, (Name of the
contractor, hereinafter call Guarantor of the one part) and the PRESIDENT OF
INDIA (hereinafter called the Government of the other part).

Whereas this agreement is supplementary to a contract (hereinafter called


the Contract) dated_____ and made between the GUARANTOR of the
one part and the GOVERNMENT of the other part where by the Contractor inter
alia, undertook to render the buildings and structures in the said contract recited
completely water and leak proof.

And whereas the Guarantor agreed to give a guarantee to the effect that the said
structures will remain water / leak proof for five years from the date of completion
of work.

Now the Guarantor hereby guarantees that water proofing treatment given by him
will render the structures completely leak proof and the minimum life of such
water proofing treatment shall be five years to be reckoned from the date
completion of work.

Provided that the Guarantor will not be responsible for leakage caused by
earthquakes or structural defects or misuse of roof or alterations and for such
purpose

(a) Misuse of roof shall mean by operation, which will damage roofing treatment, like
chopping of firewood and things of the same nature, which might cause damage to
the roof.

(b) Alteration shall mean construction of an additional storey or a part of roof or


construction adjoining to existing roof, where by roofing treatment is removed in
parts.

( c ) The decision of the Engineer-in-Charge with regard to cause of leakage


shall be final.

During this period of guarantee, the Guarantor shall make good all defects and in
case of any defects being found, render the building water proof at his own cost,
to the satisfaction of the Engineer-in- Charge and shall commence the work for
such rectification within seven days from the date of issue of the notice from the
Engineer-in-Charge calling upon him to rectify the defects, failing which the work
shall be got done by Department through some other contractor at the
GUARANTOR’S cost and risk. The decision of the Engineer-in-Charge as to the
cost, payable by the Guarantor shall be final and binding.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
63

That is the Guarantor fails to execute the necessary rectification or commits


breach there under then the Guarantor will indemnify the Principal and his successors
against all loss, damage, cost expense or otherwise which may be incurred by him by
reasons of any default on the part of GUARANTOR in performance and observance of
this supplementary agreement. As to the amount of loss and / or damage and / or cost
incurred by the Government, the decision of the Engineer-in-Charge will be final and
binding on the parties.

In witness where of these presents has been executed by the Obligator


____________ and by _____________________________ and for and on behalf of
the PRESIDENT OF INDIA on the day month and year first above written.

Signed, sealed and delivered by (OBLIGOR) in the presence of:

1.

2.

Signed for and on behalf of THE PRESIDENT OF INDIA BY__________________ in


the presence of:

1.

2.

(Guarantee to be signed and delivered on a Non-Judicial stamp paper worth Rs.100/-)

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
64

5.0 ADDITIONAL SPECIFICATION

5.1 CLASSIFICATION OF SOILS FOR EARTH WORK IN EXCAVATION

5.1.1 The earth work shall be classified under the following categories and measured
separately for each category.

All kinds of soils: Generally any strata, such as sand, gravel, loam, clay, mud,
black cotton moorum, shingle, river or nallah bed boulders, siding of roads, paths
etc. and hard core, macadam surface of any description (water bound, grouted
tarmac etc.), lime concrete, mud concrete and their mixtures which for excavation
yields to application of picks, showels, jumper, scarifiers, ripper and other manual
digging implements.

Ordinary rock: Generally any rock which can be excavated by splitting with crow
bars or picks and does not require blasting, wedging or similar means for
excavation such as lime stone, sand stone, hard laterite, hard conglomerate and
unreinforced cement concrete below ground level. If required light blasting may
be resorted to for loosening the materials but this will not in any way entitle the
material to be classified as ‘Hard rock’.

Hard rock: Generally any rock or boulder for the excavation of which blasting is
required such as quartzite, granite, basalt, reinforced cement concrete
(reinforcement to be cut through but not separated from concrete) below ground
level and the like.

5.2 CONDITIONS FOR WATER:

The contractor shall make his own arrangement for providing water for
construction and drinking purpose. Water charges shall not be recovered on
account of it. Contractor shall get the water tested from any laboratory approved
by the Engineer-in-charge at regular interval as per the CPWD Specifications. All
expenses towards collection of samples, packing, transportation, testing charges
etc. shall be borne by the contractor.

5.3 FORM WORK

5.3.1 The work shall be done in general as per CPWD Specifications.

5.3.2 Only M.S. Centering/shuttering and scaffolding material unless & otherwise
specified shall be used for all R.C.C. work to give an even finish of concrete
surface. However, marine-ply shuttering in exceptional cases as per site
requirement may be used on specific request from contractor to be approved by
the Engineer-in-charge.

5.3.3 Double steel scaffolding having two sets of vertical supports shall be provided for
external wall finish, cladding etc. The supports shall be sound and strong, tied
together with horizontal pieces over which scaffolding platform shall be fixed.
Scaffolding shall have steel staircase for inspection works at upper levels.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
65

5.3.4 In order to keep the floor finish as per architectural drawings and to provide
required thickness of the flooring as per specifications, the level of top surface of
RCC shall be accordingly adjusted at the time of its centering, shuttering and
casting for which nothing extra shall be paid to the Contractor.

5.3.5 As per general engineering practice, level of floors in toilets/bath, balconies, shall
be kept 12 to 20mm lower than general floor as required. Shuttering should be
adjusted accordingly. Nothing extra is payable on this account.

Steel shuttering as approved by the Engineer-in-charge only shall be used by the


contractor. Minimum size of shuttering plates shall be 600mm x 900mm except
for the case when closing pieces required to complete the shuttering panels.
Dented, broken, cracked, twisted or rusted shuttering plates shall not be allowed
to be used on the work. The shuttering plates shall be cleaned properly with
electrically driven sanders to remove any cement slurry or cement mortar or rust.
Proper shuttering oil or de-bonding compound shall be applied on the surface of
the shuttering plates in the requisite quantity before assembly of steel
reinforcement.

5.3.6 For the execution of centering and shuttering, the contractor shall use propriety
‘Reebole” chemical mould release agent of FOSROC or equivalent as shuttering
oil as approved by Engineer-in-charge and nothing extra shall be paid on this
account.

5.4 RCC WORK as per additional condition of RCC work

5.5 FLOORING

5.5.1 All the work in general shall be carried out as per CPWD Specifications 2019.

5.5.2 The ceramic /vitrified tiles shall be as specified. The tiles shall be of approved
shade and pattern. Nothing extra shall be paid for laying tiles in specific pattern.

5.5.3 Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard
etc. so that the wash water flows towards the direction of floor trap. Any reverse
slop if found, these shall be made good by the contractor by ripping open the
floor/grading concrete and nothing extra shall be paid for such rectifications.

5.5.4 The flooring and skirting will be executed as per pattern approved by Engineer-in-
charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
66

STONE FLOORING:

5.5.5 All work in general shall be carried out as per CPWD Specifications 2019.

5.5.6 Whenever flooring is to be done in patterns of stones, the contractor shall get
samples of each pattern laid and approved by the Engineer-in-charge before final
laying of such flooring. Nothing extra shall be payable on this account.

i) The samples shall not be of a size less than 400mm x 400mm or as required
by Engineer-in- charge.
ii) The sample produced shall be fully supported by the details of location/quarry
and the same shall not be removed except with the written permission of
Engineer-in-Charge. Samples for Flame burnt/finish granite shall be produced
separately. Flame burning shall be carried out after the selection of the basic
granite sample. Flame burning shall be uniform and with a uniform texture
across the entire surface of the slab. The Flame burning of the stone slab
shall be inspected by the Engineer in Charge as and when found necessary
and full support for the inspection shall be provided. Full width stone over
kitchen platform shall be provided except to adjust for closing pieces. The
marble/any stone flooring in treads and risers of stair case is to be laid in
single piece. Nothing extra shall be paid on these accounts.40 mm wide sand
blasted strip at a distance of 50mm from the edge of the tread to create
contrasting colour.

5.5.7 Proper gradient shall be given to flooring for toilets, veranda, kitchen, courtyard,
etc. as per the directions of Engineer-in-charge.

5.5.8 The percentage rate offered of is inclusive of providing patterns of required


oblong shaped pattern with combination of both and nothing extra will be paid on
this account.

5.5.9 Granite floor slabs


The schedule provides for mirror polished/flamed granite slab flooring using
granite slabs. The polishing of the cut stone slabs should be automatic machine
polished to highly even surface without any undulations. Manual polished and
kerosene cutting process slabs shall not be accepted and shall be rejected.

5.6 WOOD WORK

5.6.1 The wood work in general shall be carried out as per CPWD Specifications 2019.
i) The samples of species of timber to be used shall be deposited by the
contractor with the Engineer in Charge before commencement of the work.
The contractor shall produce cash vouchers and certificates from standard
kiln seasoning plant operator about the timber to be used on the work
having been kiln seasoned by them, failing which it would not be accepted
as kiln seasoned.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
67

ii) Specified timber shall be of good quality and well-seasoned. It shall have
uniform colour, reasonably straight grains and shall be free from knots,
cracks, shakes and sapwood.
iii) Wood work shall not be painted, oiled or otherwise treated before it has
been approved by the Engineer-in-Charge.
iv) All fittings and fixtures shall be got approved from the Engineer-in-Charge
before procurement well in advance and the approved samples shall be
kept at site till completion of the work.

5.6.2 Factory made wooden shutter, as specified shall be obtained from factories to be
approved by the Engineer- in-charge shall conform to relevant IS Code. The
contractor shall inform well in advance to the Engineer- in-charge the name and
address of the factory where from he intends to get the shutters manufactured.
The contractor will place order for manufacturing of shutters only after written
approval of the Engineer- in-charge in this regard is given. The contractor is
bound to recommend name(s) of another factory from the approved list in case
the factory already proposed by the contractor is not found competent to
manufacture quality shutters. Shutters will however, be accepted only if they
meet the specified tests. The contractor will also arrange stage wise inspection of
the shutters at factory by the Engineer-in-charge or his authorized representative.
The contractor will have no claim if the shutters brought at site are rejected by the
Engineer-in-charge in part or in full lot due to bad workmanship/quality. Such
shutters will not be measured and paid. The contractor shall remove the same
from the site of work within 7(seven) days after the written instructions in this
regard are issued by the Engineer-in- charge.
i) The shutters should be brought at site without primer / painting.

ii) Inspection of shutters shall be carried out for dimensions & tolerances, size &
type general construction & workmanship, finish & glazing at the following
frequency:
Lot Size Sample Size Permissible number of defects
Up to 25 2 0
25 to 50 5 0
51 to 100 8 0
101 to 150 13 1
151 to 300 20 2
301 to 500 32 3
501 to 1000 50 5
1001 & above 80 7
iii) Criteria for conformity:
Any sample shutter failing in any one or more of the requirements inspected for
as above shall be considered as defective. A lot shall be considered as having
satisfied the requirements of the standard if the number of defective shutters in
the sample does not exceed the corresponding permissible number of
defectiveness given above.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
68

iv) Testing – The shutters shall be tested for species seasoning & treatment, defects
in the timber, panel material, construction & workmanship in the approved Govt.
Laboratory at the frequency mentioned in CPWD specifications.
If shutters are found defective in any one of the criterion double the shutter shall
be tested & if found permissible can be accepted. If shutter is found defective in
more than one criterion, the whole lot shall be rejected.
v) Finish
a) All components of door shutter shall have smooth finish.
Panels of the door shutters shall be flat and well sanded to a smooth and level
surface.
All the surfaces of door shutters which are required to be painted or polished or
varnished shall be got approved from the Engineer In Charge before applying
protective coat of primer, polish or varnish.

5.6.3 Specification for Aluminium fitting for Doors.


The aluminium fittings and fixtures shall be machine made and free of fabrication
marks, residual effects of welding /riveting etc., with anodic coating not less than
grade AC 10 as per IS.1868 transparent or dyed to required colour or shade with
necessary screws.
The fitting shall be finished in a Satin finish (brushed finish-satin’s commercial
purpose) except wherever specified otherwise. The brush effect shall be uniform
and without any variations.
Irrespective of the stipulations contained above, the contractor shall produce
samples for all the fitting in advance and a written approval for the chosen
sample shall be obtained from the Engineer-in-charge. The decision of the
Engineer-in-charge in respect of the specification, quality and make of fitting to be
used at site shall be final and binding on the contractor. Nothing extra shall be
payable on this account.
All the fittings shall be provided with all such accessories as are required to
complete the item in working condition whether specifically mentioned or not in
the schedule of quantities, specification & elsewhere in this bid document. The
quoted rates shall be deemed to be all inclusive for a complete item fit for use
including all material. Labour, T & P, Specials, fixing arrangements, nuts, bolts,
screws, bushes, all required connection pieces etc. as well as making good the
surface wherever required.
5.7. FINISHING
5.7.1 The work shall be carried out as per CPWD Specifications.
The Primer, Synthetic Enamel paint, distemper etc., of makes as approved by the
Engineer- in- charge and of low VOC, shall only be used and brought to the site
of, work in the original sealed containers. The material brought to the site of work
shall be sufficient for at least 60 days of work. The material shall be kept under
the joint custody of contractor and representative of the Engineer-in-charge. The
empty containers shall not be removed from the site till the completion of the
work without permission of the Engineer-in-charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
69

5.8 WATER SUPPLY, INSTALLATIONS AND DRAINAGE

5.8.1 The contractor shall furnish all labour, material and equipment, transportation
and incidental necessary for supply, installation, testing and commissioning of
the complete Plumbing / system as described in the Specifications and as
shown on the drawings. This also includes any material, equipment,
appliances and incidental work not specifically mentioned herein or noted on
the Drawings/Documents as being furnished or installed, but which are
necessary and customary to be performed under this contract.
The Plumbing / Sanitary system shall comprise of following:
a) Sanitary and water supply Fixtures and Fittings.
b) Internal and External Water Supply.
c) Internal and External Drainage
d) Approval from Local Authorities
e) Balancing, testing & commissioning.
f) Test reports and completion drawings

5.8.2 The contractor shall procure and install all pipes, Sockets /Nipples including
shut-off valve etc., as specified.
5.8.3 The contractor shall ensure that senior and experienced plumbers are
assigned exclusively for this work. Such plumber(s) should have valid license
from the local authorities. The project management shall be done through
modern technique. For quality control & monitoring of workmanship, contractor
shall assign at least one engineer who would be exclusively responsible for
ensuring strict quality control, adherence to specifications and ensuring top
class workmanship for the installation.
5.8.4 The work shall be in conformity with the Bye-laws, Regulations and Standards
of the local authorities concerned. But if these Specifications and drawings call
for a higher standard of materials and / or workmanship than those required by
any of the above regulations and standards, then these Specifications and
drawings shall take precedence over the said regulations and standards.
However, if the drawings and specifications require something which violates
the Bye-laws and Regulations, then the Bye-laws and Regulations shall govern
the requirement of this installation.
5.8.5 The contractor shall obtain all permits/ licenses and pay for any and all fees
required for the inspection, approval and commissioning of their installation.
However, all receipted amount shall be reimbursed on production of proof of
payment.
5.8.6 The Plumbing drawings are to be given by the contractor for obtaining
approval from Engineer-in-charge. The Plumbing / Sanitary Drawings if given
by the Engineer In-Charge or if issued with tenders are diagrammatic only and
indicate arrangement of various systems and the extent of work covered in the
contract. These Drawings indicate the points of supply and of termination of
services and broadly suggest the routes to be followed. Under no
circumstances shall dimensions be scaled from these Drawings. The
contractor shall follow these drawings in preparation of his shop drawings, and
for subsequent installation work.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
70

5.8.7 The contractor shall examine all architectural, structural, plumbing, electrical
and other services drawings and check the as-built works before starting the
work, report to the Engineer In-Charge any discrepancies and obtain
clarification. Any changes found essential to coordinate installation of his work
with other services and trades, shall be made with prior approval of the
Engineer In-Charge without additional cost to the department.
5.8.8 All the shop drawings shall be prepared on computer through AutoCAD
System based on Architectural drawings and site measurements. Contractor
shall furnish, for the approval of Engineer-in-charge, the two sets of detailed
shop drawings of complete work and materials including layouts for Plant
room, Pump room, Typical toilets drawings showing exact location of supports,
flanges, bends, tee connections, reducers, detailed piping drawings showing
exact location and type of supports, valves, fittings etc; external insulation
details for pipe insulation etc.
5.8.9 These shop drawings shall contain all information required to complete the
work. These drawings shall contain details of construction, size, arrangement,
operating clearances, performance characteristics and capacity of all items of
equipment, also the details of all related items of work by other contractors.
Each shop drawing shall contain tabulation of all measurable items of
equipment/materials/works and progressive cumulative totals from other
related drawings to arrive at a variation-in-quantity statement at the completion
of all shop drawings. Minimum 4 sets of drawings shall be submitted after final
approval along with CD. When he makes any amendments in the above
drawings, the contractor shall supply two fresh sets of drawings with the
amendments duly incorporated along with check prints, for approval. The
contractor shall submit further four sets of shop drawings to the Engineer In-
charge for the exclusive use by the Engineer In-charge and all other agencies.
No material or equipment may be delivered or installed at the job site until the
contractor has in his possession, the approved shop drawing for the particular
material/equipment / installation.
5.8.10 Shop drawings shall be submitted for approval well in advance of planned
delivery and installation of any material to allow the Engineer-in-charge ample
time for scrutiny. No claims for extension of time shall be entertained because
of any delay in the work due to his failure to produce shop drawings at the right
time, in accordance with the approved programme.
5.8.11 Samples of all materials like valves, pipes and fittings etc. shall be submitted to
the Engineer In-Charge prior to procurement for approval and retention by
Engineer In-Charge and shall be kept in their site office for reference and
verification till the completion of the Project. Wherever directed a mockup or
sample installation shall be carried out for approval before proceeding for
further installation without any extra cost.
5.8.12 Approval of shop drawings shall not be considered as a guarantee of
measurements or of building dimensions. Where drawings are approved, said
approval does not mean that the drawings supersede the contract
requirements, nor does it in any way relieve the contractor of the responsibility
or requirement to furnish material and perform work as required by the
contract.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
71

5.8.13 All materials and equipment shall conform to the relevant Indian Standards
and shall be of the approved make and design. Makes shall be in conformity
with list of approved manufacturers.
5.8.14 Balancing of all water systems and all tests as called for the CPWD
Specifications shall be carried out by the contractor through a specialist group,
in accordance with the Specifications and ASPE / ASHRAE Guidelines and
Standards. The installation shall be tested and shall be commissioned only
after approval by the Engineer-in-charge. All tests shall be carried out in the
presence of the representatives of the Engineer-in-charge and nothing extra
shall be payable on this account.
5.8.15 The contractor shall submit “completion plans of services” for water supply,
internal installations and building drainage work within 15 days of the date of
completion. These drawings shall be submitted in the form of two sets of CD’s
and four portfolios (300 x 450 mm) each containing complete set of drawings
on approved scale indicating the work as - installed.
These drawings shall clearly indicate complete plant room layouts, piping
layouts and sequencing of automatic controls, location of all concealed piping,
valves, controls and other services. In case the contractor fails to submit the
completion plans as aforesaid, security deposit shall not be released and these
shall be got prepared at his risk and cost.
5.8.16 The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to
RCC columns, beams etc. with rawl plugs and nothing extra shall be paid for
this.
5.8.17 The variation in consumption of material shall be governed as per CPWD
Specification and clauses of the contract to the extent applicable.
5.8.18 Percentage rates quoted shall be inclusive of all work and items given in the
above mentioned specifications and Schedule of Quantities and applicable for
the work under floors, in shafts or at ceiling level at all heights and depths. All
rates are inclusive of cutting holes and chases in RCC and masonry work and
making good the same. Rates are inclusive of pre testing and on site testing of
the installations, materials and commissioning.
5.8.19 Cleaning and Disinfection of Pipelines:
On completion of hydraulic tests and before a pipe is disinfected, it shall be
proved to be free from obstruction, debris and sediment by scouring or by any
other process which the Engineer-in-charge may prescribe. Upon satisfactory
completion of testing and cleaning, the pipelines shall be disinfected as order.
Chlorine solution shall be applied at the charging point as the pipeline is being
filed and dosing shall be continued until the pipeline is full and at least 50 parts
of chlorine per million parts of water have been made available and distributed
evenly. If ordinary bleaching power is used, proportions will 150 gms of power
to 1000 litre of water. If a proprietary brand is used, the proportion shall be as
specified by the manufacturer. The treated water shall be left in pipeline for a
period as directed but not exceeding 24 hours chlorine residual tests shall be
taken at various points along the pipeline. The disinfection process shall be
repeated until the sample of water taken from the pipeline are declared fit for
human consumption by a recognized laboratory.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
72

5.9 MELAMINE POLISH

The wood/veneer surface before polishing shall be well sanded to obtain


smooth and even surface. A coat of appropriate wood sealer of the same
manufacturer approved for melamine polish shall be applied over the surface
before polishing. The surface shall be sand papered again to remove the
excess filler material and to obtain smooth even surface. Melamine polish of
approved brand and manufacture in matt or glossy finish stained to required
shade shall be machine sprayed in required coats over the prepared surface.
Final polished surface shall be even, smooth and free from waviness. The
natural grains of the wood/veneers shall be clearly visible from the final
polished surface. Consumption of the melamine polish shall not be less than
0.25 litrs/sqm.

5.10 STAINLESS STEEL HAND RAIL

5.10.1 Percentage, fabricating and fixing in position welded built –up section using
stainless steel section/pipes and connecting plates, of Grade S.S 304 (SS 316
Grade shall be used for exterior applications) and of required diameter &
thickness as per the Engineer-in-charge Drawings and details, at the junctions
of doors, on walls, other locations as directed etc. including cutting, welding,
grinding, bending to required profile and shape, finish, hoisting, buffing and
polishing, cutting chase / embedding in RCC / Masonry, fixing using stainless
steel screws, nuts, bolts and washers or stainless steel fasteners as required
to make it rigidly fixed & stable and making good the plaster/ flooring etc. all
complete, at all floors and all levels as directed by the Engineer-in – Charge.
Prototype samples to be approved by Engineer-in-charge before mass
fabrication.

5.10.2 Percentage rates includes cost of all inputs of materials, labour, T&P, etc.
involved in the work and all incidental charges to execute this item.

5.11 CONSTRUCTION JOINTS

Construction joints in PCC, RCC and Light Weight Concrete works etc., shall
be provided only at places as per approved structural drawings. It shall not in
any manner structurally or functionally affect the structure. If, any additional
construction joint is required to be provided, it shall be done with approval of
the Engineer-in-Charge The centering, shuttering, strutting etc., required for
the construction joint in PCC, RCC and Light Weight Concrete works shall be
provided as per the CPWD Specifications. Nothing extra shall be payable on
this account.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
73

5.11.1 TREATMENT TO THE CONSTRUCTION JOINTS AND RECTIFICATION OF


DEFECTS
All care shall be taken to minimize the number of construction joints in the
basement raft and walls as well as in the leveling course of PCC at base. Still,
wherever the construction joints are provided, these shall be slightly opened
up and then suitably filled with cement mortar 1:3 (1 cement: 3 fine sand) after
applying a bond coat of cement slurry. The aluminium nipples shall be fixed in
the cavity and crevices, if required. Then cement slurry of w/c ratio 0.5 shall be
pressure grouted through these nipples as required, which shall then be
suitably cut. Nothing extra shall be payable on this account. All care shall be
taken to avoid any honey combed concrete or any cavity. Still, if any honey
combed concrete or cavity in RCC wall is encountered the same shall be
rectified by removing all loose concrete by chiseling. The chipped concrete
surface shall be cleaned and made dust free by blowing compressed air and
then washed clean with water (but without excess water). Then a bond coat of
polymer modified cement slurry @ 2.2 kg of cement per sq. m. of concrete
surface, in two coats, shall be applied as specified. The second coat shall be
applied immediately within 15-20 minutes of application of the first coat. A coat
of polymer modified cement plaster of mix 1:3 (1 cement: 3 fine sand) of the
required thickness shall be applied as specified to fill the cavity if the required
thickness is less than 20 mm. If the required thickness is more than 20 mm,
the cavity shall be filled by concrete of relevant grade after providing the
required centering and shuttering. The surface shall then be moist cured for
minimum 7 days. Nothing extra shall be payable on this account.

5.12 MISCELLANEOUS
5.12.1 Mixer having arrangement of weighing water for controlling W.C. ratio should
only be used in all PCC and RCC works where there is no provision for Ready
Mix Concrete. Only factory made round type M30grade cover blocks shall be
used. No other type of cover blocks shall be permitted.
5.12.2 Any cement slurry if added over base surface (or for continuation of
concreting) for bond, its cost shall be deemed to have been included in the
respective items, unless otherwise, explicitly stated and nothing extra shall be
payable nor extra cement considered in the cement consumption on this
account.
5.12.3 Centering and shuttering for all concrete and reinforced concrete wherever
required shall be in steel and / or plywood to produce a smooth and uniform
finish on all exposed surfaces. However, all props, bracings, scaffolding etc.,
shall be in steel. The entire responsibility of planning, design, erection and
safety of formwork shall lie with the Contractor.

5.12.4 Extra for shuttering in curved profile.


For shuttering curved in elevation the steel/ply shuttering shall be fabricated to
achieve the curved profile as per the architectural drawings and nothing extra
shall be payable on this account.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
74

5.12.5 The contractor shall arrange and provide at the site of work all the equipments
for field testing as required like balances, sieves, slump cone, dial gauges,
compression testing machines(still the samples shall be tested in an
independent laboratory as approved by the Engineer-in-Charge), graduated
measuring cylinders, steel tapes, vernier calipers, micrometer screw gauges,
plumb bobs, spirit levels, Schmidt rebound hammer, total station survey
equipment, magnifying glass, screw drivers, plastic bags for samples, etc.
Allowing establishing the site laboratory by the contractor shall not absolve the
contractor from fulfilling the criteria of getting the tests done in an independent
laboratory. The decision of the Engineer-in-Charge of allowing any test in the
site laboratory or any other laboratory shall be final and binding on the
contractor and no claim of any kind whatsoever shall be entertained from the
contractor on this account.

5.12.6 Even if the certain items of work are carried out by the specialized contractors
the responsibility for the work shall however rest with the contractor only.

Unless otherwise specified for the item, the maximum water cement ratio for
any grade of concrete shall not be more than 0.5. The contractor shall within
15 days of issue of letter for commencement of the work, submit the mix
design for various grades of concrete along with 7(seven) days crushing
strength reports and within 40 days submit 28 days crushing strength reports,
for the samples for the mix. Nothing extra shall be payable on account of
admixing any chemical admixture for achieving any characteristic for the
concrete. Concreting shall be commenced only after the approval of the mix
design by the Engineer-in-Charge.

Wherever required the M.S. inserts shall be provided during the casting of
RCC / PCC for which nothing extra shall be payable. As far as possible the
contractor shall plan that the concreting is carried out during day shift.

5.13 Reinforcement Placing

5.13.1 The contractor shall provide approved type of support for maintaining the bars
in position and ensuring required spacing and correct cover of concrete to
reinforcement as called for in the drawings, spacer blocks of required shape
and size. Chairs and spacer bars shall be used in order to ensure accurate
positioning of reinforcement.

5.13.2 Spacer blocks shall be cast well in advance with approved proprietary pre-
packed free flowing mortars (Conbextra as manufactured by M/s Fosroc
Chemicals India Ltd., or equivalent as approved by the Engineer-in-charge at
his discretion) of high early strength and same colour as surrounding concrete,
Pre-cast cement mortar / concrete blocks / blocks of polymer shall not be used
as spacer blocks unless specially approved by the Engineer-in-charge, rate of
RCC items is inclusive of cost of such cover blocks.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
75

5.14 Expansion Joint

5.14.1 General Seismic / separation joints shall be provided where shown on the
drawings. They shall be constructed with in gap between the adjoining parts
for the works of the width specified in the drawings.

The contractor shall ensure that no debris is allowed to enter and be lodged in
seismic and separation joints.

5.14.2 Seismic or separation joints shall be provided with approved 50mm thickness
of compressible filer board, backer rod and poly-sulphide sealant compound
etc., Board to be used in expansion joint shall be of best approved quality and
shall be got approved before use. It shall have minimum density of 95 kg/cum,
Non staining with less than 1% water absorption and compression recovery of
93% minimum as per the specifications.

5.14.3 Method of Application


50mm thick expansion board having sufficient width directed by Engineer-in-
charge shall be provided in expansion joint before filling and finishing the
expansion joint with sealant.

The expansion joint shall be cleaned and made dry completely. All loose
materials shall also be removed. The joints gap shall be made uniform in width
and depth after cleaning the joints. The backup materials of best quality shall
be provided in position in order to produce the size of joint i.e. width and depth.
The primer part of I and II shall be mixed thoroughly together in required
proportion as prescribed by manufacture specification, so that a uniform
mixture obtained. The mixed solution shall be applied to two sides of the joint
that it covers the sides complete.

Disturbed edges of RCC members near expansion joints shall be finished with
rich mortar without any extra work includes providing required width of
expansion board in the joints and measurement of expansion board only shall
be taken.

SAMPLING CRITERIA

Following test carried out at every 100 sqm.

(i) Density
(ii) Water absorption
(iii) Compression recovery

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
76

FORM – L

PROPOSAL FOR ELIGIBLE ASSOCIATING AGENCIES FOR MAJOR


COMPONENTS OF WORK

I/we hereby propose the following agencies as mentioned against each for executing
corresponding major components of work. Their consent letters are also attached.

Enlistment Consent
Name of Category
Sl. Associated copy Monetary Validity of Letter
and class of
No Contractor /completion Limit of registration Attached
registration
Certificates work (Yes/No)
attached

i) Water Proofing work

Signature of contractor

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
77

LIST OF APPROVED MAKE OF MATERIALS (FOR CIVIL WORKS)

Sl
Materials Approved Make
No
1 WHITE CEMENT J.K. WHITE, BIRLA WHITE, ASIAN PAINTS
2 CHEMICAL ADMIXTURES ARDEX ENDURA, FOSROC, MC BAUCHEMIE, SIKA,
BASF, PIDILITE, CHOKSEY CHEMICALS, BOSTIK

3 EXPANSION JOINT SUPREME INDUSTRIES, SIL FILL OR


BOARD EQUIVALENT, STP LTD

4 DAMP PROOF MATERIAL ARDEX ENDURA, IMPERMO, DURASEAL, ACCO-


PROOF
5 NON METALIC SURFACE ARDEX ENDURA, FOSROC, SIKA, PIDLITE,
HARDNER
6 INJECTION GROUTING ARDEX ENDURA, FOSROC, SIKA, BASF, CICCO
7 RCC WORKS
8 RMC / DMC ULTRATECH, LAFARGE, ACC, RMC INDIA
9 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM,
MANGALORE REFINERIES, BHARAT PETROLIUM
10 STEEL WORK / TMT IS MARKED TMT BARS OF TATA, JSPL, JSW, RINL
BARS OR THEIR AUTHORIZED DEALERS
11 STRUCTURAL STEEL IS MARKED TMT BARS OF TATA, JSPL, JSW, RINL
OR THEIR AUTHORIZED DEALERS
12 AAC BLOCKS XTRALITE FROM ULTRATECH, AEROCON FROM
HIL, SIPOREX INDIA LIMITED, NCL
13 EPOXY MORTAR ARDEX ENDURA, FOSROC, SIKA, BASF,
ULTRATECH, BOSTIK, PIDILITE
14 CC BLOCKS/ FLYASH SIPOREX, SUNVIK, HIL, PRAGATHI
BLOCKS
15 FRP DOOR FRAME MEENA, RAWJI, FIBERTECH, ASTRALWIN DOORS
16 FRP DOOR SHUTTERS MEENA, RAWJI, FIBERTECH, ASTRALWIN DOORS
17 PVC DOOR SHUTTER RAJASHREE, SINTEX DUROPLAST
AND DRAME
18 WOODEN FLUSH KITPLY, CENTURY, GREENPLY, ARCHID PLY,
DOORS KUTTY
19 WATER PROOF PLY DURO, KITPLY, CENTURY, ARCHID PLY,
GREENPLY
20 COMMERCIAL PLY. DURO, KITPLY, CENTURY, ARCHID PLY,
GREENPLY

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
78

Sl
Materials Approved Make
No
21 LAMINATE FORMICA, DECOLAM, CENTURY, ROYAL TOUCH,
GREENLAM
22 HIGH PRESSURE MERINO, GREENLAM, DECOLAM, CENTURY,
LAMINATES ROYAL TOUCHE

23 PRELAMINATED NOVOPAN, KITLAM, ARCHID PLY, CENTURY


PARTICLE BOARD
24 NATURAL WOOD ARCHID, ANCHOR, DURAIN, KITPLY, NATIONAL
VENEER ACTION TESA

25 POLYSTER POWDER NEROLAC, BERGER, AKZONOBEL, ASIAN


COATED SHADES
26 GYPSUM BOARD/TILE SAINT GOBAIN, LAFARGE, BORAL BOARD,
ARMSTRONG, ANUTONE
27 FALSE CEILING ARMSTRONG, AEROLITE, RAMCO, ANUTONE
MATERIALS
28 FALSE CEILING SAINT GOBAIN, ARMSTRONG, ANUTONE
MINERAL FIBRE

29 MELAMINE POLISH ASIAN PAINTS, MALAMYNE GOLD WUDFIN OF


PIDILITE INDUSTRIES TIMBERTONE OF ICI DULUX

30 DOOR HARDWARE DORMA, HAFELE, KICH, OZONE, DORSET,


BACKERS FS, GODREJ
31 HYDRAULIC DOOR DORMA, KICH, GODREJ, Hardwyn, DORSET
CLOSERS / FLOOR
SPRINGS
32 LOCKS / LATCHES GODREJ, HARRISON, LINK, Dorset, DORMA

33 FIRE CHECK DOOR BANGALORE PROTECH, SHAKTI, NAVAIR,


KENWOOD, VEROTECH
34 SMOKE SEAL STRIP IMPROTED PROMAT / ASTRO FLAME

35 FIRE RATED DORMA, INGERSOL RAND, GEZE, DORSET


HARDWARE BACKERS FS
36 STAINLESS STEEL KUNDAN, PUJA, ATUL, GRIPWELL, NAKODA
SCREWS FOR
FABRICATION AND
FIXING OF WINDOWS

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
79

Sl
Materials Approved Make
No
37 BUTT / BALL BEARING HAFFLE, DORMA, DORSET, GODREJ
HINGES
38 PIANO HINGES JOLLY, GARG, AMIT, JYOTI

39 NUTS BOLTS/ SCREWS KUNDAN, PUJA, ATUL, IT, BOLT MASTER,


GRIPWELL, NAKODA

40 ACOUSTIC INSULATION U.P. TWIGA LTD, LLOYD INSULATION, SAINT


GOBAIN, ARMSTRONG
41 GLASS/ REFLECTIVE MODI FLOAT, SAINT GOBAIN, ASAHI, GLAVERBEL
GLASS

42 UPVC WINDOWS / FENESTA, REHAU, ENCRAFT, DUROPLAST


VENTILATION WINTECH, NCL, MADHU INDUSTRIES, LG

43 SOURCE FOR FUSO, SAINT GOBAIN, GURIND, IMPACT SAFETY


TEMPERING REFL.
GLASS / CLEAR

44 FIRE RATED GLASS PYOSWISS OF SAINT GOBAIN, PYRAN OF


SCHOTT, 79ILKINGTON

45 VITRIFIED TILES KAJARIA, JOHNSON, RAK CERAMICS, SOMANY,


NITCO, ORIENT BELL
46 GLAZED CERAMIC TILES JOHNSON, SOMANY, KAJARIA, NITCO, ORIENT
BELL
47 FALSE FLOOR HEWETSON, UNIFLOOR, UNITILE, KEBAO,
PINNACLE

48 ENGINEERED ARMSTRONG, WERNEL, PERGO, ACTION TESA,


WOOD/LAMINATE WELSPUN
FLOORING
49 CEMENT CONCRETE NITCO, NTC, HINDUSTAN, PODDAR EUROCON,
PARKING TILES DAZZLE ULTRA.

50 INTERLOCKING NITCO – (ROCKARD), BHARAT – (NILSAN)


CONCRETE BLOCKS REGENCY, BESANT BEATONS

51 CLAY TILES ON ROOF KENJAI, JOHNSON, COMMON WEALTH TRUST


(IND) LTD
52 TILE ADHESIVE ARDEX ENDURA, CICO, PIDILITE, PERROUS,
FOSROC, SIKA

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
80

Sl
Materials Approved Make
No
53 CHEQUERED TERRAZO NITCO, BHARAT, PODDAR
TILES
54 SYNTHETIC CARPET TOLI, HOLLITEX, STANDARD CARPETS,
TILES WELSPUN
55 GLASS MOSAIC TILES ITALIA, PALLADIO, BISAZZA

56 PAINT/PRIMER/OIL ASIAN PAINTS, ICI DULUX, NEROLAC, BERGER


BOUND DISTEMPER
ACRYLIC PAINT
57 WATER PROOF CEMENT SNOWCEM INDIA LTD, ASIAN PAINTS, ICI DULUX,
PAINT NIPPON PAINTS
58 SYNTHETIC ENAMEL BERGER, NEROLAC, ASIAN, ICI DULUX
PAINT
59 ACRYLIC TEXTURED ASIAN PAINTS, ICI DULUX, NEROLAC, BERGER
PLASTER
60 FIRE RETARDANT JOTUN, HILTI, AKZONOBEL, NIPPON
PAINT
61 MIRROR GLASS MODI GUARD, SAINT GOBAIN, ASAHI, ATUL,
GOLDENFISH
62 ANTI CORROSIVE ASIAN / BERGER / SHALIMAR
BITUMASTIC PAINT
63 EPOXY PAINT BERGER PAINTS, ASIAN PAINTS, MRF, ARDEX
ENDURA, FOSROC
64 EPOXY COATING ARDEX ENDURA, BASF, FORSOC, LATICRETE,
MRF
65 STRUCTURAL DOW CORNING / WACKER / GE
SILICON/ WEATHER
SILICON
66 ACRYLIC EXTERIOR ASIAN PAINTS, ICI DULUX, BERGER, NEROLAC
PAINT
67 ALUMINIUM SYSTEMS HARDIMA, EVERITE, SIGMA (ISI MARKED) JYOTHI
/ ANODIZED
ALUMINUM FITTINGS
FOR DOORS /
WINDOWS / WINDOWS
68 STAINLESS STEEL DORSET, GODREJ, DORMA, OZONE, KITCH
FITTINGS

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
81

Sl
Materials Approved Make
No
69 ALUMINIUM SECTIONS JINDAL, HINDALCO, INDALCO
70 FRICTION STAY EBCO, HAFELE, SEVAX
HINGES

71 ALUMINIUM ALUCOBOND, EUROBOND, DURABUILD


COMPOSITE PANEL
(ACP)
72 E.P.D.M. GASKETS ANAND / ROOP / BOHRA / HANU / AMEE RUBBER
73 WATER PROOFING SIKA, ACCOPROOF, IMPERMO, FOSROC PIDILITE,
COMPOUND ARDEX ENDURA, BOSTIK, BERGER, KRYTON

73 INTEGRAL KRYTON, PENETRON / XYPEX


(a) CRYSTALLINE
ADMIXTURE
73 INTEGRAL KRYTON, PENETRON / XYPEX
(b) CRYSTALLINE SLURRY

73 FIBRE KRYTON, PENETRON / XYPEX


(c) REINFORCEMENT
ELASTOMERIC LIQUID
WATERPROOFING
MEMBRANE
74 MEMBRANE WATER BASF, TEXSA, WR GRACE, PIDILITE, HYDRO
PROOFING SYSTEM TECH LTD. ARDEX ENDURA, BOSTIK, FOSROC

75 POLYMER BASED ARDEX ENDURA, BASF, MC-BAUCHEMIE, SIKA,


CONTENTIOUS WATER FOROC, PIDILITE, BERGER
PROOF COATINGS

76 WATER STOPS ARDEX ENDURA, HYDROTITE, BASF,


HYDROSWELL, PIDILITE, BOSTIK

77 PVC PERFORATED REX POLYEXTRUSION LTD, AKASH


PIPES ENTERPRISES, ZENPLAS PIPES PVT. LTD
78 MS PIPES TATA, JINDAL, APOLLO
79 POLYSULPHIDE PIDILITE, CHEMETALL-RAJ, FOSROC, CHOKSEY
SEALANT CHEMICALS, TUFF SEAL
80 BITUMEN SHALITEX OR EQUIVALENT
IMPREGNATED BOARD

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
82

Sl
Materials Approved Make
No
81 POLYETHYLENE BACKER SUPREME IND. LTD. OR EQUIVALENT
ROD
82 FALSE CEILING ARMSTRONG, GYP. ROCK (SAINT GOBAIN)
MEMBERS (PERIMETER,
CEILING SECTION,
TERMEDIATES, ANGLES
ETC.)
83 WELDING ROD ADVANI, ESAB
84 METAL DECK SHEET TATA, JINDAL, ALFA, KAILASH ROOFIN,JSW,
ARCELOR MITTAL
85 SHEAR STUD / KOCO, STUD CRAFT, L & J TECHNOLOGIES,
CONNECTOR ARS INFRA SOLUTIONS
86 CLAMP. REBAR, HILTI, FISCHER, WURTH, AXEL
CHEMICAL FASTENER
87 ANCHOR FASTENERS / HILTI, FISHER, CANON, BOSCH, AXEL
BOLTS
88 MASKING TAPES 3M, SUN CONTROL, WONDER POLYMER
89 DASH FASTENERS HILTI, FISHER, CANON, BOSCH, AXEL
90 STAINLESS STEEL ATUL / HILTI / GRIPWELL / NAKODA
BOLTS, WASHERS AND
NUTS
91 GRC JALI TERRAFIRMA, ECOVISION, BIRLA WHITE GRC,
EVEREST GRC
92 STAINLESS STEEL SALEM, JINDAL, SAIL
93 POLYCARBONATE SHEET DANPALON, ALCOX, POLYGAL, V.A.
CORPORATION, ALFA, GE, LEXON, TUFLITE
94 PT STRANDS DP WIRES, TATA, USHA MARTIN
95 ADHESIVE ARDEX ENDURA, DUNLOP, VAMORGANIC, SIKA,
(MANUFACTURE SPECS) FOSROC, PIDLITE, BOSTIK
96 GROUTS KERAKOLL, WEBER, ARDEX ENDURA, BOSTIK,
FOSROC, PIDILITE
97 SOLAR STUDS / MEDIAN 3M, AVERY DENNISION, NIKKALITE
MARKERS
98 POLYCARBONATE UNIQUE SAFETY SOLUTIONS
CONVEX MIRRORS,
RUBBERISED ROAD
HUMP

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.
83

Sl
Materials Approved Make
No
99 AIR TRANSFER GRILLS COOL GRILLS PUNE, SYSTEMAIR INDIA

100 THERMAL INSULATION PIDILITE, BASF, BERGER, ARDEX ENDURA


TREATMENT

101 VITREOUS WC / WASH PARRYWARE, HINDWARE, CERA, JAQUAR


BASIN
102 GULLYTRAPS PERFECT, PARRY
103 STAINLESS STEEL SINKS NILKANTH, AMC, COBRA, NIRALI, DIAMOND,
HINDWARE
104 C. P. BRASS FITTINGS JAQUAR, PARKO, MARC, HINDWARE,
PARRYWARE, KINGSTON
105 GI PIPES TATA, JINDAL, HISSAR
106 GI PIPE FITTINGS ZOLOTO, UNIK, HB, ICS
107 RCC PIPES INDIAN HUME PIPE, MOHAN HUME PIPE,
BANGALORE CEMENT PIPES
108 SPUN CAST IRON NECO, SKF/ BENGAL IRON CORPORATION
COVERS & GRATINGS
109 SPUN CAST IRON PIPES NECO, SKF/ BENGAL IRON CORPORATION
110 SPUN CAST IRON NECO, SKF/ BENGAL IRON ORPORATION
FITTINGS
111 SWR PVC PIPES AND SUPREME, FINOLEX, PRINCE, ASTRAL
FITTINGS
112 CPVC PIPE AND FITTINGS SUPREME, ASHRIVAD, FINOLEX, PRINCE,
FLOWGARD, ASTRAL

113 UPVC PIPES SUPREME, PRINCE, FINOLEX

114 WATER SUPPLY VALVES ZOLOTO, LEADER, ARCO

115 CI MANHOLE COVER NECO, BIC

116 SFRC COVER AND TULSI CONCRETE, KK, ADVENT, NEWTECH


GRATING

NOTE: Equivalent material and finishes of any other specialized firms may be used,
in case it is established that the brands specified above are not available in
the market but only after approval of the alternate brand by the Engineer-in-
charge.

Addition : NIL Correction : NIL


Overwriting : NIL Deletion : NIL Ch. Est.

You might also like